".. 􀀭􀀮􀁾􀀮􀀻 ...􀁾....:....;;.;:.. " '"'--_#"-"'...􀁾􀀧􀀢􀁾􀁾􀀬􀀻􀀻􀁾􀁾􀀢􀀧􀀢􀀠 􀁾􀀠 ITexas Depa;r;lIe-;;t of Transportation .I" ALAN SCHMIDT, P.E• AIRPOi1T ENGrNEER Marklongorla AVfATlON DIVISION Blue Ribbon Industries, Inc, 972/243-5956 ' 150 E. Riverside Olive Mallln9 Address Soulh Tower, 51h Floor 125 E. 11th Slroet 469/363.1322 Cell' Austin, TX 78704 A\Jslln, TX 76701-2483 408 Singleton Blvd. 􀁾􀁮􀀯􀀲􀀴􀀳􀀮􀀵􀀹􀀵􀀷􀀠fax 51214164527 1-&101SS·Pll.OT Texas 75212.4103 ribboQ I@airmail.net Fax 512/416-4510 a-mall 􀁡􀁳􀁣􀁨􀁭􀁬􀁤􀁴􀁾􀀬􀁤􀁯􀁬􀀬􀁡􀁬􀁡􀁴􀁯􀀮􀁴􀁸􀀮􀁵􀀺 􀀻 􀁾􀁲􀁨􀁥􀀮􀀠Sbr+ '1../1 t+-502--Ct,·'-t87 10. ltiYI I SITE CONCRETE, INC. 3310 Roy Orr Blvd. 'Grand Pralrle, TX1S050-4207 I Bob Kosmicki (972) 313·0733 (972) 513·0661 Fax bkosmicki@'siteconcrcrc,c om l((Jr SITE CONCRETE, INC. c.»J, r340 Roy Orr lil....-Grand Prairie, TX 75050-4207 I Bryan Piper (972) 313-0733 "l""l.U> -1􀁾'-:I.Fax (972) 513-0661 Moblle(2!4) Bel iflll" I SITE CONCRETE, INC. 􀁾􀀮􀀠 --3340 Roy Orr Blvd.-Grand 􀁬􀁾􀁲􀁡􀀱􀁔􀁩􀁥􀀬􀀠􀀭􀁬􀀢􀁽􀁬􀀱􀁾􀀺􀁬􀁯􀁵􀀮􀀮􀀴􀁾􀀡􀁊􀀷􀀠 (bvirzq, Clayton Harp · . NORR!S CROSS "Engineering Technician, i 􀁾􀀠 􀀱􀁾􀁾􀁾􀀹􀀠􀀺􀁲􀁬􀀮􀁬􀁲􀁢􀁬􀁮􀁾􀀮􀀮􀁑􀁲􀀬􀀠 􀀧􀀮􀁾 . 􀀬􀀧􀀮􀁂􀁾􀀮􀁻􀁾􀀱􀀲􀀩􀀲􀀵􀁈􀀴􀀵􀀴 l\u. stln,·,T,l <'.7B72a. Fax (5\2) ,2 51,1380 --c , I• ! i! .. I I, ; I -' 􀀮􀁾􀀮___􀀢􀀧􀀢􀁾􀁟􀀡􀀧􀁜􀁉􀀭􀀢􀀢􀀺􀁭􀀮􀀬􀀬􀀮􀀢􀀢􀀢􀀮􀀱􀀺􀀢􀀧􀁯􀁴􀁴􀀭􀀮􀀠􀁃􀀧􀀮􀀬􀁾􀀬􀀮􀀢􀀠 I􀁾 􀀪Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701-2483·512/416-4500· FAX 512/416-4510 October 19, 2004 Mr. Jim Pierce Ass!. City Engineer Town ofAddison 5300 Belt Line Road Dallas, TX 75254 RE: Addison Airport: TxDOT # 03 I 8ADDON Dear Mr. Pierce: Enclosed for your records is a copy of executed Change Order No.3 to the construction document for TxDOT Project Number 0318ADDON, between the Texas Department of Transportation, agent for the Town of Addison, and Site Concrete, Inc. If you have any questions, please feel free to call me at 1-800-687-4568 extension 4518. Sincerely, Edie Stimach Grant Manager An Equal Opportunity Employer CHANGE ORDER NO; 3 * (Number of original copies of the change order sent to TxDOT should match the number of original contract documents executed.) TxDOT CSJ NO.: o318ADDON CONTRACT NO.: 3X2AV097 DATE OF ISSUANCE: September 28, 2004 AIRPORT: ADDISON MUNICIPAL SPONSOR: TOWN OF ADDISION CONTRACTOR: SITE CONCRETE, INC. Address: 3340 ROY ORR BLVD. GRAND PRAIRIE, TX 75050 The following changes are hereby made to the Contract Documents: Adjust work item quantities in the contract. Justification/Reason: To reconcile quantities in the contract quantities used during construction; and to provide for P-SOl Payments. to actual Bonus Attachments; Attachment A CHANGE IN CONTRACT PRICE: Original Contract Price: Previous Change Orders/Supplementals: Contract Price prior to this Change Order: Net increase of this Change Order: New Contract Price with all approved Change Orders: Percent change from original contract: $1,731,000.00 $ -65,290.60 $1,665,709.40 $c 54,272.70 $1,719,982.10 3.2% CHANGE IN CONTRACT TIME: Original Contract Time: 154 calendar days Net change from previous Change Orders: calendar days Contract Time prior to this Change Order: --1=69= --calendar days Net increase of this Change Order: 0 calendar days Contract Time per all approved Change Orders: 169 calendar days 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀻􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀺􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀻􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽� �􀀠 CONDITIONS OF APPROVAL: ================================================================= The aforementioned change, and work affected thereby, is subject to all contract stipulations and covenants. Requested by: HNTB -Jerry Holder Consultant Name Accepted by Contractor: Signatre Accepted by Surety Company: Signature Accepted by Texas Department -Project Management Consulting Engineer Title Title of Transportation: Alan Schmidt Project Manager William B. Fuller Aviation Division 9/28/04 Date 10 jOt{lot{ Date 10,1$" 104Dat 1 CHANGE ORDER # 3 -0318ADDON ATTACHMENT A --------I1EM WORK PERFORMED TO NO. DECRlPTION OF ITEM BID INFORMATION DATE DIFFERENCE ---------Quantity Unit Unit Price Amount Quantity Amount Amount BASE BID -Eligible Items I M-IOI; MOBILlZAnON I LS 160,000.00 160,000.00 I 160,000.00 0.00 2 M-I02; MAINT OF TRAFFIC I LS 19,050.00 19,050.00 􀁾......... I 19,050.00 0.00 3 P-150; REMOVE BITUM PAVEMENTS 10100 CY 2,00 20,200.00 10100 20,200,00 0.00 4 P-150; Remove Concrete Pavement 560 SY 10.00 5,600.00 560 5,600.00 0,00 5 P-152; Unclassified Excavation 5200 CY 7,00 36,400.00 5200 36,400.00 0.00 6 P-15.s-1;_Lime treated subgrade, 6" 11750 SY 1.70 19,975,00 11750 19,975.00 0.00 7 P-155-2; Lime 211 TON 85,00 17,935.00 211 17,935.00 0.00 8 P-157; silt fence 550 LF 2.00 1,100.00 300 600.00 (500,00) 9 P-304-: 􀀱􀀻􀁾􀀢􀁭􀁥􀁮􀁴􀀠treated Base Course 6" 12200 SY 12.50 152,500,00 12200 152,500.00 0,00 10 P-40 1-1; Bitum, Surface course 110 TON 100.00 11,000,00 38 3,800.00 (7,200,02.) 11 P-501; 12" PCC Pavement, non-reinforced 7625 7625 SY 42,00 320,250.00 7625 􀁾􀁾􀀰􀀬􀀲􀀵􀀰􀀮􀀰􀀰􀀠 0,00 ...._-_...... 12 P-501-2; 12" PCC Pavement, reinforced 850 SY 50,00 42,500.00 850 42,500.00 0.0013 P-50l-3; 12-15" PCC Pavement, non-reinforced 2250 SY 50.00 112,500.00 2250 112,500.00 0.00 14 P-501-4; 12-15" PCC Pavement, reinforced 1075 SY 48.00 51,600,00 1075 51,600,00 0.00 15 P-603-1; Bituminous Tack coat 92 GAL 20.00 1,840.00 27 540.00 ( 1,300.00) 16 P-612-1; Milling Bitum. Pavment, 1112 depth 410 SY 10,00 4,100.00 O. 0.00 (4,100.00) 17 SP-21; Tie Downs -Neenah R-3490-A 42 EA 350.00 14,700.00 24 8,4.00.00 (6,300,00' 18 P·320-1; Pvement marking, nOn reilective, 4" yellow 8100 SF 5.00 40,500.00 8100 40,500.00 0.00 ----19 T-901-1; Sodding 250 SY 5.00 1,250.00 250 1,250.00 0.00 ----------.._---_.. . ...... ---- CHANGE ORDER # 3 -0318ADDON ITEM NO. DECRIPTION OF ITEM ADDITIVE ALTERNATE 1-Hangar A 20 M-IOI-I; Mobilization 21 M-I02; Maim oftraffic 22 P-150-1; Remove Bitumin. Pavments 23 P-152; Unclassified Excavation 24 P-157-1; Silt Fence 25 P-304-1; Cement treated Base Course -6" 26 P-401-1; Bitum. Surface course-6" 27 P-501-5; 8"PCC Pavement, non reinforced 28 P-SO1-6; 8" PCC Pavement, reinforced 29 P-501-7; 8-10" PCC Pavememt, non-reinforced 30 P-501-S; 8-10" PCC Pavement, reinforced 31 P-603-1; Bitum Tack coat 32 T-904-1; Sodding ADDITlVEALTERNATE 2 -HANGAR B 33 M-IOI-I; Mobi!ization 34 M-I02; MArNT OF TRAFFIC 35 P-150-1; Remove Bitumin. Pavments 36 P-152; Unclassified Excavation 37 P-157-l; Silt Fence ATTACHMENT A --------------------------WO RK PERFORMED TO BID INFORMATION DATE DIFFERENCE Quantity Unit Unit Price Amount Quantity Amount Amount I LS 30,000.00 30,000.00 I 30,000.00 0.00 I LS 4,392.00 4,392.00 I 4,392.00 0.00 3160 SY 5.00 15,800.00 3160 15,800.00 0.00 250 CY 7.00 1,750.00 250 1,750.00 0.00 315 LF 2.00 630.00 408 816.00 186.00 3100 SY 12.50 38,750.00 1450 18,125.00 (20,625.00) 35 TON 100.00 3,500.00 35 3,500.00 0.00 1050 SY 30.00 31,500.00 92 2,760.00 . (28,740.00) 972 SY 31.00 30,132.00 600 18,600.00 (11,532.00) 533 SY 37.00 19,721.00 0 0.00 (19,721.00) 575 SY 39.00 22,425.00 475 18,525.00 (3,900.00) 30 GAL 20.00 600.00 30 600.00 0.00 760 SY 5.00 3,800.00 760 3,800.00 0.00 I LS 40,000.00 40,000.00 I 40,000.00 0.00 I LS 4,902.00 4,902.00 I 4,902.00 0.00 5020 SY 5.00 25,100.00 5020 25,100.00 0.00 250 CY 7.00 1,750.00 350 2,450.00 700.00 1115 LF 2.00 2,230.00 48 96.00 (2,134.00) CHANGE ORDER # 3 -0318ADDON ATTACHMENT A ITEM NO. DECRlPTION OF ITEM BID INFORMATION WORK PERFORMED TO DATE DIFFERENCE Quantity Unit Unit Price Amount Quantity Amount Amount 38 P-304-1; Cement treated Base Course -6" 4440 SY 12.50 55,500.00 2238 27,975.00 (27,525.00) 39 P-401-1; Bitum surface Course 100 TON 100.00 10,000.00 100 10,000.00 0.00 40 P-401-2; Bitum Surface Course Temp Pavrnent 30 TON 100.00 3,000.00 30 3,000.00 0.00 41 P-501-5; 8"PCC Pavement, non reinforced 1650 SY 31.00 51,150.00 792 24,552.00 (26,598.00) 42 P-501-7; 8-10" PCC Pavememt, non-reinforced 2762 SY 39.00 107,718.00 1418 55,302.00 (52,416.00) 43 P-603-1; Bituminous Tack coat 90 GAL 20.00 1,800.00 90 1,800.00 0.00 44 T -904-1; Sodding 170 SY 5.00 850.00 0 0.00 (850.00) ADDITIVEALTERNATE3 -HANGAR C 45 M-IO I-I; Mobilization 1 LS 25,000.00 25,000.00 0 0.00 (25,000.00) 46 M-I02; MAINT OF TRAFFIC I LS 4,802.00 4,802.00 0 0.00 (4,802.00) 47 P-150-1; Remove Bitumin. Pavrnents 3120 SY 5.00 15,600.00 0 0.00 (15,600.00) 48 P-150-3; Remove drainage structure I EA 1,000.00 1,000.00 0 0.00 (1,000.00) 49 p-150-4; Remove pipe 141 LF 15.00 2,115.00 0 0.00 (2,115.00) 50 P-152; Unclassified Excavation 1250 CY 7.00 8,750.00 0 0.00 (8,750.00) 51 P--157-1; Silt Fence 420 LF 2.00 840.00 0 0.00 (840.00) 52 P-501-5; 8"PCC Pavement, non reinforced 1750 SY 30.00 52,500.00 0 0.00 (52,500.00) 53 P-501-6; 8" PCC Pavement, reinforced 93 SY 31.00 2,883.00 0 0.00 (2,883.00) 54 P-501-7; 8-10" PCC Pavememt, non-reinforced 790 SY 37.00 29,230.00 0 0.00 (29,230.00) 55 P-501-8; 8-10" PCC Pavement, reinforced 325 SY 39.00 12,675.00 0 0.00 (12,675.00) 56 D-701-1; 18" Class IV RCP 141 LF 55.00 7,755.00 0 0.00 (7,755.00) CHANGE ORDER # 3 -0318ADDON ATTACHMENT A ITEM WORK PERFORMED TO NO, DECRIPTION OF ITEM BID INFORMA nON DATE DIFFERENCE Quantity Unit Unit Price Amount Quantity Amount Amount 57 D-451-1; Inlet, Type A 1 EA 3,500.00 3,500.00 0 0.00 (3,500.00 58 􀁆􀁾􀁉􀁾􀀺􀁬􀀻􀀺􀁲􀁥􀁉􀁮􀁲􀀮􀀠Gate 1 EA 3,500.00 3,500.00 0 0.00 (3,500.00 59 I: Sodding 570 SY 5.00 2,850.00 0 0.00 (2,850.00 INELIGIBLE ITEMS 60 0.701-2; 12" class IV Rep 204 LF 50.00 10,200.00 204 10,200.00 0.00 61 0.751-2; Inlet Type B 2 EA 3,500.00 7,000.00 2 7,000.00 0.00 62 SP-23; Neenah R-3475 2 EA 400.00 800.00 2 800.00 0.00 TOTAL BASE BID 1,731,000.00 1,345,445.00 (385,555.00) CHANGE ORDER # 3 • 0318ADDON ATTACHMENT A ITEM WORK PERFORMED TO NO. DECRIPTION OF ITEM BID INFORMATION DATE DIFFERENCE IQuantity Unit Unit Pri.., Amount Quantity Amount Amount SUPPLEMENTAL #1 1 M·IO1·1; Mobilization ·1 LS 25,000.00 (25,000.00) 0 0.00 25,000.00 2 M·102; MAINT OF TRAfFIC .J LS 4,802.00 (4,802.00' 0 0.00 4,802.00 3 􀁐􀁾􀀱􀀵􀀰􀀭􀁉􀀻􀁒􀁥􀁭􀁯􀁶􀁥􀀠Bitumin. Pa'VInents ·3120 SY 5,00 (15,600.00 0 0.00 15,600.00 4 P ·150· 3; Remove drainage structure ·1 EA 1,000.00 (1,000.00) 0 0.00 J,OOO.OO 5 !p·150-4; Remove pipe ·141 LF 15.00 (2,115.00' 0 0.00 2,115.00 6 􀁐􀁾􀀱􀀵􀀲􀀻􀀠Unclassified Excavation ·1250 CY 7,00 (8,750.00 0 0.00 8750.00 7 P··IS7·1; Silt Fence ·420 LF 2.00 (840.00) 0 0.00 840.00 8 P·501·S; 8"PCC 􀁐􀀮􀁶􀁥􀁭􀁥􀁮􀁾􀀠non ,einfo,," ·1750 SY 30.00 (52,500.00\ 0 0.00 52,500.00 9 pw 501.{i; 8" pee Pavement, reinforced ·93 SY 3].00 (2,883.00) {) 0.00 2,883.00 10 P·501·7; 8·10" 􀁐􀁃􀁃􀁐􀁡􀁶􀁥􀁭􀁥􀁭􀁾􀀠non·rei! ·790 SY 37.00 (29,230.00) 0 0.00 29,230.00 11 P:50J..8; 8·10" 􀁐􀁃􀁃􀁐􀀮􀁶􀁥􀁭􀁾 reinfofC< ·325 SY 39.00 (12,675.00\ 0 0.00 12,675.00 12 D-701·1; 18" Class lVRCP ·141 LF 55.00 (7,755.00) 0 0.00 7.755.00 13 D--451·1; 􀁬􀁮􀁉􀁥􀁾􀀠Type A ·1 EA 3,500.00 (3,500.00 0 0.00 3,500.00 14 F·162·!; Tern",Gat. ·1 EA 3,500.00 (3,500.00 0 0.00 3,500.00 15 T·904·!; Sodding ·570 SY 5.00 (2,850.00) 0 0.00 2,850.00 16 SP·2!; Tie Downs· Neenah R-3490·A ·]8 EA 350.00 (6300.00 0 0.00 6,300.00 17 NEOPRENE GASKET· 204 LF 7.35 1499.40 204 I 499.40 0.00 18 D·701·2; 12" Qass IV RCP· Hangar A 28 LF 50.00 1,400.00 28 1,400.00 0.00 19 8" pce Pavement -Non Reinforced u, • 93 SY 30.00 2,790.00 93 2,790.00 0.00 20 8" pee Pavement, Reinforced· Hang.. 29 SY 31.00 899.00 29 899.00 0.00 21 P-401 Bituro. Surface Course Temp. u. , S TON 100.00 800.00 8 800.00 0.00 22 P--401; Bltum. Surface Course Temp. .", " .. 9 TON 100.00 900.00 9 900.00 0.00 23 Soddins Hangar "B" 105 SY 5.00 525.00 0 0.00 (525.00) Su/Jt()tai SupplementoJ #1 (170,486.60 8,288.40 178,775.00 SUBTOTAL CONTRACT 1,560,513.40 ............. I. .1,353,733.40 (206,780.00) CHANGE ORDER # 3 -0318ADDON ATIACHMENT A ITEM NO. IDECRIPTION OF ITEM BID INFORMATION WORK PERFORMED TO DATE 􀁑􀁵􀁡􀁄􀁴􀁩􀁾􀀠 IUDit IUDit Price IAmouDt 􀁑􀁕􀀧􀁄􀁴􀁩􀁾􀀠 I AmouDt CHANGE ORDER #1 P-ISO-I; Remove Bitumin. Pavments 1811 2 P-152; Unclassified Excavation 1405 3 P-304-1; CementtreatedBaseCourse-11811 4 P-401-1; Bitum. Surface course-6" -72 5 P-50 I-I; 12"PCC Pavement, non reinford 811 6 P-501-2; Temp 40' entrance 7 P-501-3; Concrete remova1 lSn -20" 3.5 8 P-603-1; Bituminous Tack coat -65 9 P-612-1; 􀁍􀁩􀁬􀁬􀁾􀁂􀁩􀁴􀁵􀁭􀀮􀀠PaVInent, 1.5 del-410 Subtotal CHANGE ORDER #1 SUPPLEMENTAL #2 25 P-304-1; Cement treated Base Course -61-1650 27 P-501-S; 8"PCC Pavement, non reinforcel-958 28 P-501-6; 8" PCC Pavement, reinforced 1-372 29 P-SOI-7; 8-10" PCC Pavememt, non-reinl-533 30 P-501-8; 8-10" PCC Pavement, reinforced-IOO 38 P-304-1; Cement treated Base Course -61-2202 41 P-SOI-S; 8"PCC Pavement, non reinforcel-I059 142 􀁉􀁐􀀭􀁓􀁏􀁉􀀭􀀷􀁩􀀮􀀮􀀡􀀡􀁾􀀮􀀰􀀺􀀺􀀮􀁩􀁦􀁃􀀠Pavememt, non-reinl-1344 lHANGAR A 82.1 82.2 82.3 􀁾􀀮􀀭􀀭 􀁾􀁾􀁾􀁾􀀭􀀮􀀠 -.------i i P-SO I􀁾7; 10" PCC Pavmg, non19s8 ·nr.... 􀁾􀀬􀀮􀀮􀀮􀀼􀀾􀀱􀀧􀁬� � 'P-501-8; 10" PCC Pavement, reinforced ! 1372 10-12" pee Paving, non-reinforced I ,533 SY CY SY TON SY EA DAY GAL SY SY SY SY SY SY SY SY SY SY SY SY 2.00 1,622.00 1811 1,622.00 7.00 2,835.00 1405 2,835.00 25.00 .20,275.00 1811 20,275.00 100.00 (7,200.00)10 0.00 42.00 34,062.00 1811 34,062.00 3,000.00 I 3,000.00 II 3,000.00 1,800.00 I 6,300.00 13.5 6,300.00 20.00 I (1,300.00)10 0.00 10.00 I --.L4,100.00)10 0.00 55,494.00 10 68,094.00 12.50 I 􀀨􀀲􀀰􀀬􀀶􀀲􀀵􀁾􀀰􀀰􀀩􀀱􀀰􀀠 0.00 30.00 I (28,740.00)10 0.00 31.00 I (1l.532.00)10 0.00 37.00 I (19,721.00)10 0.00 39.00 I ..0.900.00)10 0.00 12.50 I (27,525.00)10 0.00 31.00 I (32.829.00)10 0.00 39.00 I (52,416.00)10 0.00 $37.00 I $35,446.00 1958 35,446.00 $39.00 I $14,508.00 1372 14,508.00 $42.00 I $22,386.00 1533 22,386.00 DIFFERENCE AmOUDt 0.00 0.00 0.00 7,200.00 0.00 0.00 0.00 1,300.00 4,100.00 12,600.00 20,625.00 28,740.00 11,532.00 19,721.00 3,900.00 27,525.00 32,829.00 52,416.00 0.00 0.00 0.00 CHANGE ORDER # 3 -0318ADDON ATTACHMENT A ---------------------ITEM WORK PERFORMED TO NO. DECRlPTION OF ITEM BID INFORMATION DATE DIFFERENCE !Qu8nlity Unil Unit Price Amount IQuantity Amount Amount 82.4 10-12" pee Paving, reinforced 100 SY $44.00 $4,400.00 100 4,400.00 0.00 82.5 Lime treated subgrade, phases I & 2 3130 SY $1.70 $5,321.00 3130 5,321.00 0.00 32.6 Lime, 36 Ibslsy, phases 1 & 2 57 TON 585.00 $4,845.00 57 4,845.00 0.00 52.7 10" Reinforced Concrete Area@IA ,,' 89 SY $39.00 $3,471.00 􀀸􀁾􀀠 3,471.00 0.00 S2.8 Unclassified ex;e;avation 986 CY $7.00 $6,902.00 986 6,902.00 0.00 32.9 Barricades J LS $2,500.00 $2,500.00 1 2,500.00 0.00 HANGARB 52.10 P-SOI-7; 10" PCC Paving, non858 SY $37.0C $3J,746.00 858 31,746.00 0.00 S2.11 10-12" PCC Paving, non-reinfurced 1344 SY $42.0C $56,448.00 1344 56,448.00 0.00 52.12 Lime treated subgrade, phases 1 & 2 4412 5Y $1.70 $7,500040 4412 7,500.40 0.00 52.13 Lime, 36 Ibslsy, phases 1& 2 72 TON $85.00 $6,120.00 72 6,120.00 0.00 82.14 Unc1assificd excavation 1557 Cy $7.00 $10,899.00 1557 10,899.00 0.00 82.15 BlUTi""des 1LS $7,500.00 $7,500.00 I 7,500.00 0.00 82.16 12" RCP 54 LF 550.00 $2,700.00 54 2,700.00 0.00 82.17 18" RCP 12 LF $55.00 $660.00 12 660.00 0.00 82.18 TempHMAC 55 TON SlOO.OO $5,500.00 55 5,500.00 0.00 S2.19 Bituminous surface course I 26 ton S100.00 $2,600.00 26 2,600.00 0.00 Subtotal Supplemellatl 􀁾􀀲􀀠 $34164.40 $231,452.40 $197,288.00 CHANGE ORDER #2 10 P-40 I-I; Bitum, Surface COurse 39 TON 100.00 3,900.00 39 3,900.00 0.00 15 P·603-1; Bituminous Tack COal 27 GAL 20.00 540.00 27 540.00 0.00 6 ... .. P:155·1; Lime treated subgrade, 6" I LS 11,097.60 11,097.60 1 11,097.60 0.00 Sub'tJral Chang. Ortkr #2 $15,537.60 $15,537.60 $0.00 " CHANGE ORDER # 3 -0318ADDON ATTACHMENT A ITEM NO. DECRIPTION OF ITEM BID INFORMATION WORK PERFORMED TO DATE DIFFERENCE Quantity Unit Unit Price Amount Quantity Amount Amount BONUS PAYMENTS P-501; Pavine ADron A 0 LS $33,654.72 0.00 1 33,654.72 33,654.72 P·501; Paving Hangar A 0 LS $7,427.10 0.00 1 7,427.10 7,427.10 P-501 Paving Hangar B 0 LS $10,082.88 0.00 1 10,082.88 10,082.88 Subtotal Bonus Payments $0.00 $51,164.70 $51,164.70 TOTAL CONTRACT 1,665,709.40 1,719,982.10 54,272.70 CHANGE ORDER NO: 2 ================================================================= *(Number of original copies of the change order sent to TxDOT should match the number of original contract documents executed.) TxDOT CSJ NO.: 0318ADDON CONTRACT NO.: 3X2AV097 DATE OF ISSUANCE: September 3, 2004 AIRPORT: ADDISON MUNICIPAL SPONSOR: TOWN OF ADDISION CONTRACTOR: SITE CONCRETE, INC. Address: 3340 ROY ORR BLVD. GRAND PRAIRIE, TX 75050 The following changes are hereby made to the Contract Documents: Increase work item quantities in the contract for additional work for the apron tie-in. Justification/Reason: The additional bituminous surface course and tack coat are necessary to reconstruct the apron tie-in; additional lime subgrade, per lump sum, is necessary to properly prepare the subgrade prior to placing the concrete pavement. Attachments: 􀁁􀁾􀁴􀁾􀁴􀁾􀁡􀁾􀁣􀁾􀁨􀁾􀁭􀀽􀁥􀁾􀁮􀁾􀁴􀁾􀁁􀁾__________________________________ Page 1 of 4 CHANGE IN CONTRACT PRICE: Original Contract Price: Previous Change Orders/Supplementals: Contract Price prior to this Change Order: Net increase of this Change Order: New Contract Price with all approved Change Orders: Percent change from original contract: $1,731,000.00 $ . -80,828.20 $1,650,171.80 $ 15,537.60 $1,665,709.40 .9% CHANGE IN CONTRACT TIME: Original Contract Time: Net change from previous Change Orders: Contract Time prior to this Change Order: 􀀭􀀽􀀱􀁾􀀶􀁾􀀹____ Net increase of this Change Order: Contract Time per all approved Change Orders: 169 calendar days calendar days calendar days calendar days calendar days CONDITIONS OF APPROVAL: 􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽� �􀀽􀀽􀀽 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀠 The aforementioned change, and work affected thereby, is subject to all contract stipulations and covenants. Page 2 of 4 Requested by: HNTB -Jerry Holder Consulting Engineer 8/31/04 Consultant Name Title Date Accepted by Contractor: Title Accepted by Surety Company: Signature Accepted by Texas Department of Transportation: Alan Schmidt Signature Project Manager Date William B. Fuller Aviation Division Project Management Page 3 of 4 ATTACHMENT A TO CHANGE ORDER NO. 2 Indicate below any new pay items or revisions to original contract pay items resulting from this Change Order. ===================================================== ====================== CONTRACT QUANTITY AND PRICE CHANGES: Net Bid Original Contract Revised Negotiated Original Revised Increase Item Estimated Unit Estimated Change Order Estimated Estimated Decrease 􀁾􀁑􀁕􀁡􀁮􀁴􀁩􀁴􀁙􀀠 Price Quantity Unit Price Cost Cost In Cost 181 $100 220 $100 15 gal 147 $ 20 174 $100 6 LS 0 $ 0 1 $11,097.60 TOTAL I I $18,100 $22,000.00 I $ 3,900.00 $ 2,940 $ 3,480.00: $ 540.00 $ ° $11,097.60: $11,097.60 $15,537.60 i i i Page 4 of 4 HNTB 9726615614 09/12 '04 09:48 NO.266 02/02 AdO:lHOSNOd8PONSOR COpy 􀀻􀁶􀁙􀀯􀁾 TEXAS DEPARTMENT OF 'I'RANSPORTATION .l)MSION OF A VIA'llON •• ===...... BIlCIlON A cr. bt> wmplC!ed .." TxDOl) Name ofPayee 81TB CONCRETE. INC. DuePow {O/IP loj Texas 1'l'Iyo. Identl&atlon Numblll:' 17512825S4$!!03 (Direct Deposit) FYi 0 cf 􀁁􀁾􀀺 3340 Roy Orrblyd. Grnpd Pmlrie. IX ZSOSQ AIrport AIlDlSON MUJljlCIP, TP>OT CU: I!31Ml)DON Co.rtratrt No.: SX2AVD97 Segment !§ DlstIDlv!1 Function Code !!S4 7 Object Code 􀁾􀀠 Date R<*i'll'O "" "II1II1-bfc..tm....., 􀁊􀀧􀀸􀀩􀀧􀁬􀁬􀁬􀁥􀁉􀁬􀁴􀁾􀁾 NQ. .:l.􀁾Cov..-ed Thls PaymODl Roquost: Oroosl'... II> Polo $ 1.715.374.1Q 1oto1 Pa)'l1tC>ll 􀁾to ];)1110 $ 1.119.874.10 L... S%Rdoinnv $ 0.00 􀁾Prav!Que.l'ayment:! $ 1$.663.22 P"""""'1m TblB Reque$I $ 119.210.88. SECIlON C (t• •••,.."" 􀁬􀀧􀁬􀀧􀁟􀀧􀀧􀀧􀀧􀁾􀁮􀀾􀁉􀀧􀀧􀀧􀀧 􀁾....._,IltFllV<»=Itl>tg_) CONC'lJRP.ENCSANt)ClZP.'Ill'tCATrO'N OF 􀁾􀁔􀁁􀁎􀁔􀁅􀁎􀁣􀁭􀁴􀁴􀁅􀀮􀁲􀁵􀀧􀀮􀁒􀁐􀁬􀁴􀀠* J 􀁨􀀬􀀬􀁾 tI'l'lImin«l thl.$1*'ItJdil; 􀁲􀀺􀁯􀁉􀁴􀁾􀁴􀁥􀀮 and conaA"kt ,be 􀁾􀁬􀁥􀀠 arm! c::r:mtmetOfflll4 􀁾itlntlhewmriab: Dl.d 􀁾 􀀮􀁬􀁨􀁬􀁵􀁯􀁬􀀧􀁉􀁾􀁏􀁊􀁴􀀠􀁾􀁰􀁈􀁳􀁨􀁴􀀺􀁤 meet the 􀁾􀁲􀁴􀁭􀁬􀁭􀁾 OflMpJonumd spc,eHjC/ltions a 􀁃􀁙􀁾􀀱􀁴􀁲􀀠 RECEIVED SE.P J. 4 2004 AVIATION DIVISION. TxOQT CONTRACTOR'S CERTIFlCAnON: The undersigned CONTRACTOR certifies that (I) all previous progress payments received from AGENT on account of Work done for the Project referred to above have been applied to discharge io full all obligations of CONTRACTOR iocurred connection with Work covered by prior Requests for Payment nwnbered I through, ioclusive; (2) title to all materi, equipment iocorporated io said Work or otherwise listed in or covered by this Application for Payment will pass to SPONSOR time of payment free and clear ofall liens, claims, security interests and encumbrances (except such as covered by Bond accep to AGENT); and (3) the Work perfonned and the materials supplied to date, as shown on this periodic cost estimate, represen" actual value of accomplisionent under the tenns of this contract io confonnity with approved plans and specifications, and that quantities shown were prop y detenru and are corrr:;;eliJ.l-+-, Dated __t/-...L!:􀀨( 􀁊.􀁾..􀁾.􀁾􀀨􀀩􀀪􀀭􀀭􀀭􀀭􀁣􀁾􀁾􀁾􀁾__ CONTRACTOR SUMMARY OF CONTRACT ITEMS -0318ADDON lNELEGILBE WORK ITEM WORK PERFORMED TO PERFORMED TO NO. DECRlPTION OF ITEM BID 􀁉􀁎􀁆􀁏􀁒􀁍􀁾􀀡􀁉􀀮􀀰􀁩􀀮􀀠 DATE DATE r-Quantity Unit Unit Price Amount Quautity Amount Quantity Amount BASE BID -Eligible Items 1 M-IOI; MOBILIZATION 1 LS 160,000.00 160,000.00 I 160,000.00 0.00 2 M-I02; MAINT OF TRAFFIC 1 LS 19,050.00 19,050.00 1 19,050.00 0.00 3 P-150; REMOVE BITUM PAVEMENTS 10100 CY 2.00 20,200.@0 10100 20,200.00 0.00 -4 P·150; Remove Concrete Pavement 560 SY 10.00 5,600.0(1 560 5,600.00 0.00 5 P·152; Unclassified Excavation 5200 CY 7.00 36,400.0Q 5200 36,400.00 0.00 6 P-155·1; Lime treated subgrade, 6" 11750 SY 1.70 19,975.00 11750 19,975.00 0.00 7 P-155-2; Lime 211 TON 85.00 17,935.00 211 17,935.00 0.00 -8 P-IS7; silt fence 550 LF 2.00 1,100.00300 600.00 0.00 9 P-304-1; Cement treated Base Course -6" 12200 SY 12.50 152,500.00 12200 152,500.00 0.00 10 P-401-l; Bitum. Surface course 110 TON 100.00 1l,000.0(,l 38 3,800.00 0.00 11 P-SO!; 12" PCCPavement, non-reinforced 7625 7625 SY 42.00 320,250.00 7625 320,250.00 0.00 12 P·501·2; 12" PCC Pavement, reinforced 850 SY 50.00 42,500.00 850 42,500.00 0.00 .--13 P·SO!-3; 12·15" PCC Pavement, non-reinforced 2250 SY 50.00 112,500.00 2250 112,500.00 0.00 "--14 P·SOl-4; 12-15" PCC Pavement, reinforced 1075 SY 48.00 51,600.00 1075 51,600.00 0.00 15 P-603-j; Bituminous Tack coat 92 GAL 20.00 1,840.00 27 540.00 0.00 16 P·612·1; Milling Bitum. Pavroent, 1112 depth 410 SY 10.00 4,100.00 0 0.00 0.00 17 SP-21; Tie Downs· Neenah R·3490-A 42 EA 350.00 14,700.00 24 8,400.00 0.00 " --18 P-320-1; Pvement marking, non reflective, 4" yellow 8100 SF 5.00 40,500.00 8100 40,500.00 0.00 19 T·901·1; Sodding 250 SY 5.00 1,250.00 I 250 1,250.00 0.00 -.......􀁾 ..􀁾􀀭 f-\CJo.K A SUMMARY OF CONTRACT ITEMS -0318ADDON INELEGlLBE WORK ITEM WORK PERFORMED TO PERFORMED TO NO. DECRIPTION OF ITEM BID INFORMATION DATE DATE -QIl3ntity Unit Unit Price Amount .---Quantity Amount Quanti9': Amount !---ADDITIVEALTERNATE1-Hangar A 20 M-IOI-I; Mobilization 1 LS 30,000.00 30,000.00 1 30,000.00 0.00 -----, 21 M-I02; Maint oftraffic 1 LS 4,392.00 4,392.00 1 4,392.00 0.00 22 P-150-J; Remove Bitumin. PaYments . 3160 SY 5.00 15,800.00 3160 15,800.00 0.00 23 P-152; Unclassified Excavation 250 CY 7.00 1,750.00 250 1,750.00 0.00 ---24 P-157-!; Silt Fence 315 LF 2.00 630.00 408 8.16.00 0.00 25 P-304-1; Cement treated Base Course -6" 3100 SY 12.50 38,750.00 1450 18,125.00 0.00 26 P-401-1; Bitum. Surface course35 TON 100.00 3,500.00 35 3,500.00 0.00 --27 P-SOl-5; 8"PCCPavement, non reinforced 1050 SY 30.00 31,500.00 92 2,760.00 0.00 -.---28 P-50 1-6; 8" PCC Pavement, reinforced 972 SY 31.00 30,132.00. 600 18,600.00 0.00 -29 P-501-7; 8-10" PCC Pavememt, non-reinforced 533 SY 37.00 19,721.00' 0 0.00 0.00 --30 P-501-8; 8-10" PCC Pavement, reinforced r--575 SY 39.00 22,425.00 475 18,525.00 0.00 31 P·603-1; Bitum Tack coat 30 GAL 20.00 600.00 30 600.00 0.00 --􀁾.. T-904-1; Sodding 760 SY 5.00 3,800.00 760 3,800.00 0.00 .... 20-32, O.K. A ADDITIVEALTERNATE 2 -HANGAR B --------33 M-IOJ-1; Mobilization 1 LS 40,000.00 40,000.00 1 40,000.00 0.00 34 M-I02; MAINT OF TRAFFIC 1 LS 4,902.00 4,902.00 1 4,902.00 0.00 35 P-1S0-1; Remove Bitumin. PaYments 5020 SY 5.00 25,100.00 5020 25,100.00 0.00 ---2L._ p-I_52; Unclassified Excavation 250 CY 7.00 1,750.00 250 1,750.00 O.QQ.. 􀁾.. _􀁦􀀺􀁬􀀵􀀷􀁾􀀱􀀻􀀠Silt Fence 1115 LF 2.00 2,230.00 48 96.00 0.00 - SUMMARY OF CONTRACT ITEMS. 0318ADDON ------------lNELEGILBE WORK ITEM WORK PERFORMED TO PERFORMED TO NO. DECRJPTlON OF ITEM BID INFORMATION DATE DATE Quantity Unit Unit Price Amount Quantity Amount Quantity Amount 38 P-304-1; Cement treated Base Course -6" 4440 SY 12.50 55,500.00 2238 27,975.00 0.00 39 P-401-1; Bitum surface Course 100 TON 100.00 10,000.00 100 10,000.00 0.00 40 P-401-2; Bitum Surface Course Temp Pavment 30 TON 100.00 3,000.00 30 3,000.00 0.00 41 P-501-5; 8"PCC Pavement, non reinforced 1650 SY 31.00 51,150.00 792 24,552.00 0.00 42 P-501-7; 8-\0" PCCPavememt, non-reinforced 2762 SY 39.00 107,718.00 1418 55,302.00 0.00 43 P-603-1; Bituminous Tack coat 90 GAL 20.00 1,800.00 90 1,800.00 0.00 ---------44 T-904-1; Sodding 170 SY 5.00 850.00 0 0.00 􀁽􀁾􀀠 0.00 I,'3Z6>,74-50 􀁾􀀠􀁾􀀭􀁫􀀠 f -. ADDITlVEALTERNATE 3 -HANGAR C -----------------45 M-1°I-I; Mobilization I LS 􀁾􀀵􀀭􀀬􀁻􀀩􀀰􀀰􀀮00 _25,000.00 0.00 0.00 46 M-102; MAlNT OF TRAFFIC I LS 4,802.00 4,802.00 0.00 0.00 --------47 P-lSO-l; Remove Bitumin. Pavments 3120 SY 5.00 15,600.00 0.00 0.00 48 P-lSO-3; Remove drainage structure I EA 1,0.llO.OO ____IJOOO.OO 0.00 0.00 49 p-l5.0,:4;Remove pipe 141 LF 15.00 2,115.00 0.00 0.00 50 P-152; Unclassified Excavation 1250 CY 7.00 8,750.00 0.00 0.00 51 P-157-1; Silt Fence 420 LF 2.00 840.00 0.00 0.00 52 P-501-5; 8"PCC Pavement, non reinforced 1750 SY 30.00 52,500.00 0.00 0.00 ------------l 53 P-SO 1-6; 8" PCC Pavement, reinforced 93 SY 31.00 2,883.00 0.00 0.00 ------54 P-50 1-7;8:10" PCC Pavememt, non-reinforced 790 SY 37.00 29,230.00 0.00 0.00 55 P-501-S; 8-10" PCC Pavement, reinfurced 325 SY 39.00 12,675.00 0.00 0.00 56 D-701-1; IS" Class IV RCP 141 LF 55.00 7,755.00 0.00 0.00 ---. i SUMMARY OF CONTRACT ITEMS -0318ADDON ITEM NO. DECRIPTIONOFITEM BID INFORMATION t-_+_____________-+Q""u=a=u::::.tity:L.J-=U-=nI:.:.·t_+U"'n:::it:.:P:..:rc::ic:.:.e Amount 57 D-451-1; Inlet, Type A 1 EA 􀀳􀀬􀀵􀀰􀀰􀀮􀀰􀀰􀁟􀁾􀀬􀀵􀀰􀀰􀀮􀀰􀀰􀀠 58 F-162-1;Temp. Gate 1 EA 3,500.00 3,500.00 59 T-904-1; Sodding 570 SY ! 5.00 2,850.00 I--_FJN:"cELI(!IBLE ITEMS 1--____ 60 D-701-2; 12" class IV RCP 204 LF 50.00 10,200.00 61 D-7Sl-2; Inlet Type B 2 EA 3,500.00 7,000.00 62 SP-23;lIleenah R-3475 2 EA 400.00 800.00 􀀭􀀭􀁾􀀠 BASE BID /1,731,000.00 \ '-'"-' . INELEGILBE WORK WORK PERFORMED TO PERFORMED TO DATE DATE ______ _ Quantity Amount gualltily Amount 0.00___ 0.00 0.00 0.00 0.00 0.00 204 10,200.00 􀁦􀀭􀀭􀀭􀁟􀁏􀁾􀀠 2 7,000.00 0.00 2 800.00 0.00 􀁾􀀭􀀭 􀁾􀀠 Y /'1,344,745.00 0.00 \ -. -/!:r-I fI/u_ SUMMARY OF CONTRACT ITEMS -0318ADDON ITEM NO. DECRIPTlON OF ITEM BID INFORMA TlON WORK PERFORMED TO DATE INELEGILBE WORK PERFORMED TO DATE Quantity Unit Unit Price Amount Quantity Amount Quantity Amount SUPPLEMENTAL #1 I M-IOI-I; Mobilization -I LS 25,000.00 (25,000.00) 0.00 0.00 2 M-I02; MAINT OF TRAFFIC -I LS 4,802.00 (4,802.00) 0.00 0.00 3 P-150-1; Remove Bitumin. Pavments -3120 SY 5.00 (15,600.00) 0.00 0.00 4 P-150-3; Remove drainage structure -I EA 1,000.00 (1,000.00) 0.00 0.00 5 p-150-4; Remove pipe -141 LF 15.00 (2,115.00) 0.00 0.00 6 P-152; Unclassified Excavation -1250 CY 7.00 (8,750.00) 0.00 0.00 7 P--157-1; Silt Fence -420 LF 2.00 (840.00) 0.00 0.00 8 P-501-5; 8"PCC Pavement, non reinforced -1750 SY 30.00 (52,500.00) 0.00 0.00 9 P-501-6; 8" PCC Pavement, reinforced -93 SY 31.00 (2,883.00) 0.00 0.00 10 P-501-7; 8-10" PCC Pavememt, non-reinforced -790 SY 37.00 (29,230.00) 0.00 0.00 II P-501-8; 8-10" PCC Pavement, reinforced -325 SY 39.00 (12,675.00) 0.00 0.00 12 0-701-1; 18" Class IV RCP -141 LF 55.00 (7,755.00) 0.00 0.00 13 0-451-1; Inlet, Type A -I EA 3,500.00 (3,500.00) 0.00 0.00 14 F-162-1; Temp. Gate -I EA 3,500.00 (3,500.00) 0.00 0.00 15 T -904-1; Sodding -570 SY 5.00 (2,850.00) 0.00 0.00 16 SP-21; Tie Downs -Neenah R-3490-A -18 PA 350.00 (6.300.00) 0.00 0.00 17 NEOPRENE GASKET /􀀮􀁾􀀠 204 LF 7.35 r\ 1,499.40 204 /1,499.40 0.00 --2-A. :Wi -􀁁􀁾􀀠 7f' -f (J' :t t f\ 1 SUMMARY OF CONTRACT ITEMS -0318ADDON ITEM NO. DECRIPTION OF ITEM 18 D-701-2; 12" Class rvRCP -Hangar A 8" PCC Pavement -Non Reinforced-Hangar A 19 8" PCC Pavement, Reinforced -Hangar A 20 P401 Bitum. Surface Course Temp. Pavement21 Hangar A P-401; Bitum. Surface Course Temp. Pavement 22 Hangar"B" Sodding Hangar "B" 23 Subtotal Suppl"melltlll#i ----------------SUPPLEMENTAL #2 ----------------Deducts Hangar "A" P-SOI-S; 8"PCC Pavement, non reinforced 􀁐􀁾􀀵􀀰􀀱􀀺􀁾􀀻􀀠8"PC(;l'avement,reinforced 􀁐􀁾􀀵􀀰􀀱􀀺􀀵􀀻􀀠8"-IO"PCC Pavement, non reinforced P-SOI-S; 8"-IO"PCC Pavement, reinforced Cement Treated Base Deducts Hallgar "B" P-SOI-5; 8"PCC Pavement, non reinfurced P-SOl-S; 8"-IO"PCC Pavement, non reinforced Cement Treated Base ---------------BID INFORMATION ---------Quantity Unit Unit Price 28 LF 50.00 93 SY 30.00 29 SY 31.00 8 TON 100.00 9 TON 100.00 105 SY 5.00 958 SY (30.00\ 372 SY (31.00) 533 SY (37.00) 100 SY (39.00) 1650 Sy (12.50) 1059 SY (31.00) 1344 SY (39.00' 2202 SY (l2.50' 􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭 ----------INELEGILBE WORK WORK PERFORMED TO PERFORMED TO DATE DATE Amount Quantity Amount Quantity Amount 1,400.00 28 1,400.00 0.00 2,790.00 93 2,790.00 0.00 899.00 29 899.00 0.00 800.00 8 800.00 0.00 900.00 9 900.00 0.00 525.00 0.00 0.00 1\ (170,486.60) ,/I?1',288.40 􀁾􀀠0.00 '-..... .../i1V6 (28,740.00) 0.00 0.00 (11,532.00) 0.00 0.00 (19,721.00) 0.00 0.00 (3,900.00) 0.00 0.00 (20,625.00) 0.00 0.00 0.00 (32,829.00) 0.00 0.00 (52,4 J6.00) 0.00 0.00 (27,525.00) 0.00 0.00 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾 􀁾􀀠􀁾􀀠 SUMMARY OF CONTRACT ITEMS -0318ADDON 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀠 INELEGlLBE WORK ITEM WORK PERFORMED TO PERFORMED TO NO. DECRlPTION OF ITEM BID INFORMATION DATE DATE Quantity Unit Unit Price Amount Qnantity Amount Quantity Amount -Additions Hangat "A" 0.00 f P-501-5; IO"PCC Pavement, non reinforced 958 SY 37.00 35,446.00 958.00 35,446.00 0.00 P-501-5; lO"PCC Pavement, reinforced 372 Sy 39.00 14,508.00 372.00 14,508.00 0.00 J P-SO1-5; I O"-12"PCC Pavement, non reinforced 533 SY 42.00 22,386.00 533.00 22,386.00 0.00 P-501-5; 1O"-12"PCC Pavement, reinforced 100 SY 44.00 4,400.00 100.00 4,400.00 0.00 F t..-" Lime Treated Subgrade phase I 1167 SY 1.70 1,983.90 1,167.00 1,983.90 0.00 , , Lime 361bslsy phase 1 21 TONS 85.00 1,785.00 21.00 1,785.00 0.00 'i: vi Lime Treated Subgrade phase 2 1963 SY 1.70 3,337.10 1,963.00 3,337.10 0.00 Lime 361bslsy phase 2 36 TONS 85.00 3,060.00 36.00 3,060.00 0.00 10" Reinforced Conc. @Approach 89 SY 39.00 3,471.00 89.00 3,471.00 0.00 Unclassified Excavation 986 CY 7.00 6,902.00 986.00 6,902.00 0.00 . Barricades (Main. OfTraille Hangar A) I LS 2,500.00 2,500.00 1.00 2,500.00 0.00 IAdditions Hangar "B" 0.00 P-SOI-5; IO"PCC Pavement, non reinforced 858 SY 37.00 31,746.00 858.00 31,746.00 0.00 P-SOI-5; IO"-12"PCC Pavement, non reinforced 1344 SY 42.00 56,448.00 1,344.00 56,448.00 0.00 Lime Treated Subgradc phase 1 2210 SY 1.70 3,757.00 2,210.00 3,757.00 0.00 Lime 361bs/sy phase I 36 SY 85.00 3,060.00 36.00 3,060.00 0.00 Lime Treated Subgrade phase 2 2202 SY 1.70 3,743.40 2,202.00 3,743.40 0.00 Lime 36lbslsy phase 2 36 SY 85.00 3,060.00 36.00 3,060.00 0.00 Unclassified Excavation 1557 SY 7.00 10,899.00 1,557.00 10,899.00 0.00 'V Barricades (Main. OfTraillc Hangar B) I LS 7,500.00 7,500.00 1.00 7,500.00 0.00 N :2 't:' .j\ SUMMARY OF CONTRACT ITEMS -0318ADDON -' ITEM NO. DECRIPTION OF ITEM BID INFORMATION WORK PERFORMED TO DATE INELEGILBE WORK PERFORMED TO DATE Quantity Unit Unit Price Amount Quantity Amount Quantity Amount 12" RCP Hangar B 54 LF 50.00 2,700_00 54.00 2,700.00 0_00 18" RCP Hangar B 12 LF 55.00 660_00 12.00 660.00 0_00 Additional Temp HMAC Hangar B 55 TON 100.00 5,500.00 55.00 5,500_00 0_00 Bituminous Surface Course 26 TON 100_00 2,600.00 26.00 2,600.00 0.00 Subtotal Supplemental #2 34,164.40 I 2.3\ 4-SZ.40 'I){, , SUMMARY OF CONTRACT ITEMS -6318ADDON ITEM WORK PERFORMED TO INELEGILBE WORK NO, DECRlPTION OF ITEM BID INFORMATION DATE PERFORMED TO DATE ----.... fY Quantity Unit Unit Price Amount Quantity Amonnt Quantity Amount ( CHANGE ORDER # 1 rj-l'" j' . -, 􀁩􀁲􀂧􀁾􀀻􀀻􀀧􀁡􀁣􀁥􀀠Course 3'!-4" 811 SY 2,00 1,622.00 81LOO 1,622,00 0,00 2 P-152; Unclassified Excavation 405 CY 7,00 2,835.00 405,00 2,835,00 0,00 3 P·304·1; Cement Treated Base 12" gIl SY 25,00 20275,00 811,00 20,275,00 0,00 4 P-401-1; Bitum, Surface course·6" ·72 TON 100,00 (7,200,00 0,00 0,00 0,00 5 P·SOI·I; 12" PCC Paving, Non Reinforced 811 SY 42,00 34,062,00 811.00 34,062,00 0,00 6 P-50l-2; Temp Entrance 40' 1 EA 3,000,00 3,000,00 1.00 3,000,00 0,00 7 P·SOl-3; Cone, RemovaIIS"20" 3.5 DAY 1,800,00 6,300,()0__ 3,50 6,300.00 0,00 8 P·603·1; Bituminous Tack coat' -65 GAL 20,00 (1 300,00) 0.00 0,00 0,00 9 p·612.1; Milling Bitum, Pavement, 1.5 dep ·410 SY 10.00 (4,100,00\ 0,00 0,00 j 0,00 Subto-tal CHANGE ORDER # 1 $ 55,494,00 V 􀁾􀀠'B, Nv:>,r."r . ... t' -( kfANGE ORDER # 2 \.---W I'llYn,., , 􀁾􀁃􀁯􀁵􀁲􀁳􀁥􀀠 39 'IN 100,00 3,900.00 39.00 3,900.00 0.00 2 Ip.603.l Bituminous Tack Coat 27 GAL 20.00 540,00 27.00 540.00 0.00 3 Additional Cost for Lime Subgracte 1 LS 11,097,60 11 097.60 /1.00 ll,097,60 0.00 Subtotal CHANGE ORDER # 3 $ 15,537.60 V IS,S>l.hl ,'tJ6 $ . CHANGE ORDERS SUBTOTAL $ 71,031.60 BonusjorP501 Paving Apron 􀀧􀁾􀀢􀀠 6 % 560,912,00 33,654.72 0.06 33,654.72 0.00 BonusjorP501 Paving Hangar "A" 6 % 123,785.00 7,427.10 0.06 7,427.10 0.00 Bonus for PSOI Pavin.g Hangar "B" 6 % 168,048.00 10,082.88 , 0.06 10,082.88 /0.00 BONUS SUBTOTAL $51,164.70 J 􀀵􀀱􀀱􀁾􀁁􀀺􀀷􀁣􀀠'.JI. f TOTAL CONTRACT SUBTOTAL $ 1,665,709.40 TOTAL 􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁔􀀡􀀡􀁎􀁃􀁂􀀨􀀩􀁾􀁲􀀨􀁊􀁓􀁬􀀠 $ 1,716,81.4.10 􀁾􀀠 I 972-313-0733 • Fax 972-513-0825 Estimating Pax 972-513-0661 August 9, 2004 Mr. Jim Pierce Town of Addison 16801 Wentgrove Addison, Texas 75248 Re: Notice of Termination, Addison Airport, Addison, Texas Dear Mr. Pierce, For your records, please find a copy of the Notice of Termination (NOT) as filed by Site Concrete, Inc. with the TCEQ. Should you require additional information in this matter, do not hesitate to contact me directly. Regards, For help compfeUng !.his applicalion, read Ihe TXR150000 NOl tnslruclions 􀀨􀁔􀁃􀁅􀁑􀁾􀀲􀀰􀀰􀀲􀁳􀀮􀀭􀁬􀁮􀁳􀁴􀁲􀁵􀁣􀁕􀁯􀁮􀁳􀀩􀀮􀀠 A_ TPDES Permit Number: TXR15 0000 B_ Construction Site Operator Customer Reference Number: CN ______ Name: Site Concrete Mailing Address: 3340 Roy Orr Blvd_ City: Grand Prairie State:.,.!T-"X'--____Zip Code: 75050 Country Mailing Information (if au/side USA) Territory: ______Country Code: Postal Code: ___ Phone Number: 972-313-0733 Extension: Fax Number: 972-790-9612 E-mail Address: jhoocus@siteconcrete_com C_ Project I Sile Information Regulated Entity Reference Number: RN ______ Name: Addison Airport Physical Address: 4651 Airport Parkway Location Access Description: Exit Dallas North Tollway to Keller Springs Rd West City: Addison County: DALLAS Zip Code: 75248 D. Contact -tf the TCEQ needs additional information regarding this termination, who should be contacted? Name: Jason Hopcus Title: Air Qualitv Coordinator Phone Number: 972-313-0733 Extension: ______Fax Number: ___􀀭􀀢􀀹􀀢􀀭􀀷􀀢􀀧􀀲􀀭􀀮􀀮􀀮􀁬􀀷􀀭􀀢􀀹􀀢􀀧􀀰􀀢􀀧􀀭􀀹􀀢􀀧􀀶􀀧􀀭􀀧􀀱􀀢􀀧􀀲􀁾___ E-mail Address:jhopcus@siteconcre te.com E. Certification I certify under penalty of law that authOlization under the TPDES Construction General Permit (TXR150000) is no longer necessary based on the provisions oflhe general permit. I understand that by submitting this Notice ofTermination, I am no longer authorized to discharge storm water associated with construction activity under the general permit TXR150000, and that discharging pollutants in storm water associated with construction activity to waters of the U.S. is unlawful under the Clean Water Act where the discharge is not authorized by a TPDES permit. I also understand that the submittal of this Notice of Termination does not release an operator from liability for any violations of this permit or the Clean Water Act. Construction Site Operator Representative: Prefix:-"M"'s"'.______First: Jean Middie:-"S"-.____________ Last: Boney Suffix: ___________ Title: President Signature:___Signature: ___􀀭􀀡􀀻􀀺􀁉􀁪􀁧􀁝􀀻􀁾􀁉􀁊􀁌􀀮􀀧􀀱􀁩􀀮􀁾􀀮L-.1dJ't:./J,:.::::::=:::"T-----􀁄􀁡􀁴􀁥􀀺􀁟􀀭􀀭􀀬􀀧􀀭􀀬􀁴􀀺􀀮􀀭􀀭􀀧􀁾􀀮􀁌􀀧􀀾􀀺􀀺􀀢􀀮􀀮􀀮􀁬􀀭______ If you have questioM on how 10 fill out this form or about Ihe torm water program, please contact us at (512) 239-4671. Individuals are entifled 10 request and review their personal information Ihallhe agency gathers on its forms. They may also have any errors in their information corrected. To review such information, contact us at (512) 239-3282. The completed NOT must be mailed 10 the following address: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC -228 P.O. Box 13087 Austin, Texas 78711-3087 Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR150000) TCEQ Office Use Only TPDES Permit Number: TXR15 -NO GIN Number: Kathleen Hartnett White. Chairman R. B. "Ra1phl> Marquez, Commission.er Larry R. Soward. Commissioner Margaret Hoffman. Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing rmd Prwenling PollutlM May 28, 2004 Dear Applicant: Re: TPDES General Pennit for Construction Storm Water Runoff Storm Water Notice ofIntent Authorization Your Notice of Intent application for authorization under the general permit for discharge of storm water associated with construction activities has been received. Please refer to the attached certificate for the identification number that was assigned to your project/site and the effective date. Please use this number to reference this project/site for future communications with the Texas Commission on Environmental Quality (TCEQ). A Notice ofTermination must be submitted when permit coverage is no longer needed. You may obtain a Notice ofTermination form at the web site listed below. All authorizations that are active on September 1st of each year will be assessed an annual fee 0[$100.00. If you have any questions regarding coverage under this general permit, you may contact the Storm Water & Pretreatment Team's Hotline by telephone at (512) 239-3700, or send an e-mail to our Storm Water Processing Center at SWPERMIT@tceq.state. tx.us. Also, you may obtain information on the storm water web site at www.tceg.state.tx.us. Sincerely, Stephen M. Ligon, Team Leader Storm Water & Pretreatment Team Wastewater Permitting Section Water Quality Division P.O. Box 13087 • Au,tin. Tex., 78711-3087 • 5121239-]000 • 11l1,rnel.ddress: www.tceq.state.lx.us TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Texas Pollutant Discharge Elimination System Storm Water Construction General Permit The Notice ofIntent (NOI) for the facility listed below was received on March 07, 2004. The intent to discharge storm water associated with construction activity under the terms and conditions imposed by the Texas Pollutant Discharge Elimination System (TPDES) storm water construction general permit TXR150000 is acknowledged. Your facility's TPDES construction storm water general permit number is: TXR15E051 Coverage Effective: March 07, 2004 TCEQ's storm water construction general permit requires certain storm water pollution prevention and control measures, possible monitoring and reporting, and periodic inspections. Among the conditions and requirements of this permit, you must have prepared and implemented a storm water pollution prevention plan (SWP3) that is tailored to your construction site. As a facility authorized to discharge under the storm water construction general permit, all terms and conditions must be complied with to maintain coverage and avoid possible penalties. PROJECT/SITE: OPERATOR: ADDISON AIRPORT PAVEMENT RECONSTRUCTION TOWN OF ADDISON AIRPORT PKWY AND ADDISON RD PO BOX 9010 ADDISON, TX 75248 ADDISON, TX 75001 This permit expires on March 05, 2008, unless otherwise amended. For additional information, see the TCEQ web site at www.tceq.state.tx.us or contact the Storm Water and Pretreatment Team by telephone at (512) 239-3700. A copy of this document should be kept with your SWP3. I JUL-27-2004 TUE 11 :28 AM SITE CONCRETE FAX NO, 972 513 OB25 p, 01 .. Sh'cct Address: 3340 Roy Orr, Grand Prairie, TX 75050-4207 Mailing Address: P.O. Box 154489, Irving, 'IX 75015-4489 Telephone 972 313 0733 ext 􀀳􀀱􀁾􀀠 SUE CONCRETE, INC. I'. < 972513 082,5 􀁾 􀁾􀀠 q11-􀁦􀁴􀀻􀁾􀁻􀀭 5c,lt To: J.tVI 'fly tV(c,MOA1 􀁾􀀠[<'rom: Elizabeth Fax: 􀁾􀀱􀀲􀀭􀀭 450· 2-lf>37 (ind uding cover) l)hOl1C: Date: 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀽􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 o Urgent o For Rnview o Please Comment o Please Reply o )'leMe Recycle JUL-27-2004 TUE 11 :41 AM SITE CONCRETE FAX NO, 972 513 0825 p, 02 TEXAS DEPARTMENT 01<' TRANSPORT A nON· DIVISION OF AVIATION Request for Payment for Aviation Project Construction Services SECTION A (T. bo 37 -(;",_-1 􀀭􀀭􀀭􀀭􀁾......-..􀁾􀀠 􀁾􀀠􀁾􀁏􀀻􀀵􀀨􀁎􀀠 􀁾􀀢􀀢􀀬􀀮􀀮􀀬􀀭􀀺􀁷􀀮􀀱􀀡􀁩􀁾􀀢􀀧􀀡􀀱􀀺􀀡􀀡􀀧􀂫􀁦􀁦􀁩􀁴􀁾􀀢􀀧􀀽􀀬􀀭___---I\1r 􀁾􀀮􀁮􀀠 􀁾􀀢􀁲􂂬􀁬􀀢􀀠􀁉􀁬􀁾􀀠 "0 􀁾􀁳􀀠􀁾􀁾􀀱􀀠 fs"maa." 􀁾􀀻􀀮􀁾􀁴􀀠 􀁾􀀠......... ---'--- JIM PIERCE, P.E. Assi: 200 PlUtlO, Te:..TIS 75(}93 (972) 661-5026 fAX (97.1) 661-5614 Il!tlJmlJllfb.com July 19,2004 Mr. Bryan Piper Site Concrete 3340 Roy Orr Boulevard Grand Prairie, TX 75050-4207 Re: Ramp project TxDOT CSJ No. 0318ADDON Dear Mr. Piper: On Tuesday, July 13,2004, HNTB had the final walkthrough/inspection of the TxDOT RamplHangar project at the Addison Airport. We agree you have completed the final clean up items and have satisfied the temlS of the contract. It is HNTB' s recommendation to close out this portion of the project with payment in full, excluding the P-501 item, which will be paid per the specs and the PWL's when the 28-day strength tests are provided to HNTB. Your warranty start date will be July 13, 2004. We appreciate your efforts on the construction of the apron. If you would like to discuss this issue further, please contact me at 972-661-5626. Sincerely, c: Lou Elguezabal -Addison Airport Jim Pierce -Town of Addison Alan 􀁓􀁣􀁣􀁨􀁭􀁩􀁤􀁾􀀭 TxDOT Aviation M;\JOBS\39743 Add RampICOMMMTGS\LETI'ERS\!l7192004Site Accept Hangars.doc 􀁔􀁢􀁾􀀧􀀠 HNTB Companies 􀁏􀁆􀁦􀁬􀁃􀁾􀀺􀀠AlE.XASI1Mt .. , V,\, 􀀢􀀧􀁾􀁉􀀧􀁉􀁁􀁉􀀧􀁏􀁌􀁬􀁬􀁜􀀮􀀠 'Ill, ATLAiVf"'-. GA: ... t::->Tlt.:. no, H,.nor-; ROCG!:;. LA, l!OSTO!'. »!,I.; CHAIII,!;..'lifQR !>C. 􀁃􀁈􀁁􀁉􀁴􀁌􀁅􀁾􀁔􀁏􀁎􀀮􀀠WV: 􀁃􀁈􀁉􀁃􀀮􀁾􀁇􀁏􀀮􀀠11" cu:vrv,'m. 011, n UI 􀀧􀁜􀁔􀁈􀁉􀀧􀁾􀀠 O! I. 􀁉􀀩􀀧􀁜􀁉􀁊􀀮􀀬􀀧􀁾􀀮􀀠 'I', JW"VI'l, co 1)111<1)\1. \!!. f.1,KJo.:S W\", .:\mrlfLr\ '\:L FT \\'(lHTH. 7':. n.,.",',,1111 I',. I ,"'1"", 'If 􀁈􀀧􀁾􀀠 􀁜􀁜􀀨􀁯􀁉􀁩􀁬􀀢􀁾􀀠 (\ !III !'\:UI 􀁾􀁪􀀠 􀀧􀁉􀂷􀀮􀀡􀀩􀁉􀁾􀀢􀀧􀀢􀀠 iii \)1.1'11 It \lIl"'.\! 􀀻􀀢􀁾􀁬􀀮􀀠 \1.1 \U""L\)·';l.\'" \(\. ·,'\II'I!!1 1',. \.Iv.. -,"\\, '-, "n,;',,;, '\ Oll!..","nv. H.: O\'f.I\U..,,"!II'Allh:. 􀀬􀀬􀁾􀀮􀀠I'L'",1\01l1l1 .\IEETIl'iG. 􀀱􀀧􀀮􀁾􀂷􀀮􀁉􀀧􀁏􀁉􀁬􀁔􀁕􀁝􀁉􀁉􀀡􀀩•.'IE; l'ORT\..\:'ii), OIl; !L'UICIGH. 􀁾􀀺􀁱􀀠LOUI:' \\l0; SAcr L\K£ cln' trr, 􀁾􀁁􀁎􀀠'\/>"-;OKIU" TX;"AI'i UrJ1NAIt!)!"O" C""" SN< 􀁾􀁾􀁡􀀢􀁃􀁬􀀺􀀧􀁏􀁊􀀮􀀠C\, 􀁾􀁍􀀢􀀢􀀠􀁊􀀧􀁬􀁓􀁾􀀺􀀮􀀠C,\, 􀁾􀁉􀀺􀁁􀀧􀁲􀀱􀁈􀀬􀀠􀁜􀁜􀀬􀁾􀀭􀁜􀀺􀀠 􀁔􀁁􀁾􀁬􀁬􀀧􀀮􀀭􀁜􀀮􀀠 FL, TOLE"I)O. OH, ",,·,\.'1HINUTON, D.C r BY: TXOOT; 9724249457; JUL·7·04 10:21; PAGE 1/3 Fax Cover Sheet Site Concrete 4603 Airport Pkwy Addison. TX 75001 214-226-1822 Fox 972-385-2257 Send to: HNTB from: Bryan Piper Attention: Jenny Nicewander Dole: 7-7-{)4 Office l.ocation: Office location: Addison Airport Fax Number: 972-661-5614 Phone Number. 214-226-1822 C Urgent Cl Reply ASAP Cl Please comment 1:1 Please Review 1:1 for your Informotion Total pages. including cover: X. ? Comments. Jenny. Stoging Areo proposal ------------------ENT BV: TXDOTj 9724249457; JUL-7-0411:27; PAGE 3/3 SITE CONCRETE, INC. PROPOSAL To: HNTB 071OM14 5910 W. Plano Pkwy, Suite 200 Site Job # 23·133 Plano, Tx 75093 TxOot CSJ NO.0318ADDON Attn: JellY Holder, JR, P.E. Or Jenny Nicewander, P.E. We propose to furnish all labor, materials. end equipment 􀁮􀁾􀁲􀁹 to construcl, as an Independent contractor, the following described work: LOCAnON: SlB9ing Area R....oosln.tction DEscRIPnON Staging Area 1 Demo & Mix Existill!l HMAC with 22 Ib8l"y APPROX. 14.000 SY @$3.00 SY $42.000.00 cement for base S-deep 2 1 1/2 Type D HMAC Overlay APPROX. 14,000 SY @$3.75 SY $52,500.00 3 Tie Ot:>wn$ (33 planes) APPROX. 99 EA @$100.00 SY $9.900.00 Subtotal Staging Area: $104,400.00 1 Discoum fOr Sile Concrete Damaqe APPROX. 14,000 EA @-$1.00 SY -$14,000.00 Total Change for Change Order #4:!L-_...:no=:..:,400=.oo;;.;;,1 Note; This includee c:onnecllon to Apron A and the """0\1111 of existing tie downs, Site Conc:nrte, Inc:. will need anglnaanHt drawings for gnldlng & dtailHllJe 􀁰􀁵􀁾􀀠 Note: ThIlJ, price <:an go up or down depending on the numbluof tie downs needed Nota: This does not Include striping Note: This aleo includes bl_ topping and IHIl'Yey fortlnal grade Note: Site concrete, 1m:. and/or sllbcol1tl'8ClOrs ""III need IC1:1!SS through _ gate g Airport Pkwy & Apron A for staging purposes. ACCEPTED: 􀀨􀁾􀀮􀁾􀀠 BY: SITE CONCRETE, INC. 3340 ROY ORR BOULEVARD OATE: GRAND PRAIRie. TEXAS 75050-4207 9n·313-0733 FAX #972-513-1)825 BANK REF: ESTIMATING FAX #972·513·0661 Pagel of1 ENT 8Y: TXDOT; 9724249457; JUL·7·04 11 :27; I'ME 2/3 SITE CONCRETE. INC. PROPOSAL To: HNTB 07I06I04 5910 W. Plano Pkwy, Suite 200 SiteJobtl 23-133 Plano, Tx 75093 TxDot CSJ No. 0318ADooN Attn: Jerry Holder, JR. P.E. Or Jenny Nicewander, P.E. We propose to furnish ali labor, materials, and equJpment necessary to construct, as an independent contractor. the follOwing described wotk: LOCATION: Staging AAoa Palch Job DESCRIpTION Staging Alva 1 Demo & Mix Existing HMAC with 22 1b$l$Y APPROX 6,800 SY @$3.50 BY $23.800.00 cement for base 8" deep . 2 1112 Type 0 HMAC Owrlay APPROX. 14,000 SY @$5.00 SY $70,000.00 Subtotal Staging Area: $93,800.00 1 Discount for Sile Concrete Damage APPROX. 14,000 EA @..$1.00 SY -$14,000.00 Total Change for Change Order 114:LI_.....;$:;:1..:91.:.800;;:;:.;.20;;..,' Note; ThIS does not Include c;:onnGCtlon to Apron A and tIw 􀁾􀁉 of existing tie d-. Note: Proper drainage cannot be maintained nor gaurant8ed. Note: P'-note unit cost are higher due to having to place HMAC by hand method. method. Note: This does not Include 8triplng HOle: Site Concrete,lnc. andfor subc:ontractonl will need access througb 􀁾gate @Alrport Pkwy & ApI'On A I'Qr staging pulp C88S. ACCEPTED: 􀁲􀀭􀀭􀀶􀁣􀁾􀀠( BY: SITE CONCRETE. INC 􀀳􀁾􀁏􀁒􀁏􀁙􀁏􀁒􀁒􀁂􀁏􀁕􀁕􀁎􀁁􀁒􀁢 DATE: ___________ 􀁾􀁒􀁁􀁎􀁏 PRAIRIE. T!::XAS 15050-4207 972-313-0133 FAX 1J872-513-0825 BANK REF: ESTIMATING FAX 1¥972-S13-«l661 Pagel of 1 __________________________ _ i!!!!i!!!!!__!i!iiii!!!!!!! " Public Works I Engineering 16801 Westgrove • P,O, Box 9010 Addison, Texes 75001 Telephone: (972) 450·2871 • Fox: 1972) 450.2837 DATE JOB NO, ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU 􀁾􀁨􀁥􀁤􀀠 o Under separate cover via ______ the following items: o Shop Drawings o Prints o Plans 0 Samples 0 Specifications o Copy of letter o Change order 0 _____________ COPIES I DATE NO, THESE ARE TRANSMITTED as checked below: 0/or approval f!J. For your use o Approved as submitted o Approved as noted o Resubmit ____ copies for approval o SubmIT copies for distribution o As requested o Retumed for corrections o Retum corrected prints o For review and comment 0 o FOR BIDS DUE __________ 1,,___ o PRINTS RETURNED AFTER LOAN TO US COPYTO _________________ 􀀧􀀯􀁊􀀧􀁊􀀧 􀁓􀁉􀁇􀁎􀁅􀁄􀀺􀁾􀁟􀀫􀀭􀁾􀁾􀁾􀁾􀁾􀁾􀀽􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please 􀁮􀁾􀁯􀁾􀁥􀀬􀁾􀀠 liNTB 9726615614 07/15 '04 13:48 NO.763 01/11 I: 􀁉􀁾􀁩􀀠i=J Fax fbt /lNTn CfI"!Ptllt/If': Trall.smittal To ..) I M () IC:£t:.i5 Firm 􀁬􀁾􀀠􀁾 Po-COS::'lrJi Total Pages 10 Oncludlng this cover) Fad 0r:17.. 4$ 􀁾􀁓􀀢􀀺􀁬􀀭 Job Number o High Resolution From je:iJ.:.:J \'llt£<.,)\...... c& o Urgent Please ll.otify sender at 97:2-661·5626 ifpages are missing or if there is any transmission difficulty, 􀁾􀀠 Message 􀁖􀀭􀀨􀁃􀀨􀁬􀀮􀁾􀀠􀁾􀁾􀀠 􀁾 􀁦􀁜􀀮􀀮􀀮􀁾􀀠􀀢􀁜􀁨􀁾􀀠81'£, 591Q WeSl Plann Parkway, Suite 200· PIMa, Texas 75093 Vaice (972) 661·5626 • Fox (972) 661·5614 -----------07/15 '04 13:48 NO.763 02/11 FAX NO, 972 513 OB25 P. 01/10 TEXAS DEPARtMENTOFTRANSPORTATlON -DIVISION OF AVIATION Request for Payment for Aviation PI·oje.! Construction Services SECflOt< 1\ cro 􀁾􀀬􀀠compl,t,d"1 TlllOl) Name of Payee SITE CONCRETE. me. Due Dato____ Texas Pnyce Idcntiljc.UQll Number 1151'8l554501),3 (Direct DeposIt) IT: 􀁁􀁤􀁤􀁲􀁥􀀮􀁾􀀬􀀠;U40 RQY. Orr blvd., Orand Prairi•• TIC 75050 Airport' 􀁾􀁄􀁑􀁬􀁬􀁩􀀲􀁎 MUNICI?,TxDOT CSJ: 0318ADDON Contrad No.' 3X2AV097 Seement 􀁾􀀠 DlstIDiv :t! Fundlon Code 8S4N,T.L.X [)alo Received: eligible for Fed"",! R"mb.tsemCilI Current CoWlIOt Amoool(O".ol M""agem.nt) T ot.t F eo Approved to O.le Less 5 % RctDinago total to Dale I••" Liq\lidatcd OMli1lles or MiM. Charg.' Tot.l Amounf. Approved ror Payment to D.1e I •• ss Previous Approved Payments Am"""t Approved This Payment R.tall,age held Ihi. 􀁐􀀮􀁹􀁭􀁣􀁮􀁾􀀠 Relurn to Grant MllfU!:gcmcru by: ArI'ROVALS: P,oject Man,ger Mcnnucr, ProJcet 􀁍􀁡􀁮􀁾􀁥􀀺􀁥􀁭􀁣􀁬􀁬􀁴􀀠 GrAnt Management ObJe<:! Code ;!!!. X Yes _No oS -.--1.616,007.40 S__􀁾___ $s____--___ $----, $-----------$-----.$ Do'o ____ Dat" _______ Dato SECTION I}-(to be compl¢tlld byConlrllaor) """'oFRoq.",; 􀁪􀀢􀀬􀁉􀁾􀁻􀁪􀀩􀀴􀀠 Poymon' F\eql1C$' No, -L 􀁆􀁩􀁑􀁾􀁉􀁐􀀧􀀮􀁹􀁒􀀮􀁱􀁵..t: __􀁙􀁥􀁾􀁎􀁯􀀠 --D.I.. Covered TIlls Paymenl Requ..t: from 􀀮􀁊􀁾􀀠\ 12004 _ to J.;.\..rJE.Q!L'L. 􀁇􀁲􀁯􀁳􀁾􀀠Fee to Oate $ 1,697,129.12 Tolal rayment Rcqu.sted 10 nnle S 1,697,129.12 L!:os S% Rel.inag. $ __!!.8S06 ..__ L05$ 􀀿􀁲􀁯􀁶􀁩􀀮􀁵􀁾􀀠Payment> S 􀁟􀀬􀀱􀀬􀀲􀀹􀀱􀀬􀀳􀁓􀀧􀀱􀀮􀁾__... l'nym./lll)uo This Request $ )20,885.46 􀀤􀀱􀁾􀁃􀁦􀁴􀁏􀁎􀀠C ('tit In IIZII!!" f), ltutJctlf rrtlJilMt 􀁒􀁾􀁲􀁭􀁬􀁴􀁬􀁡􀁴􀁩􀁮􀁬 􀁊􀁕􀀾􀁈􀀻􀁊􀁩􀁃􀁯􀁮􀀮􀀧􀁵􀁫􀁨􀀧􀁡􀀠y.nef".m} C.'ONCUI\fH;N'Cr:: ANI) CUIl'fI1ICAl'lON Of CONSIJLTAN'r ENOINt':l.MtPR • JIIG1I(l eumlned JI!I, periodic t:H( cflill'l'Ic,III\O 􀁾􀁉􀁜􀁃􀁬􀁬􀁲􀀠in the. ct(!ill,,"d OrlM 􀀨􀁯􀁮􀁪􀁪􀁾􀁶􀀺􀁎􀁲􀀠_,1117 ccrlir,Y dmt 1M In.lft;rinl, 1)'1;1.1 Md the wnSll'Utilor. lletlllll:lf\lIflll:!d Mee.llhe 􀁬􀀧􀁃􀀨􀁪􀁵􀁪􀁾􀀱􀀡􀀱􀁭􀁉􀀧􀁓􀀠of1"e pr.,," ,IUd 􀀡􀁦􀁰􀁯􀀺􀁦􀁩􀁬􀁦􀁩􀁥􀀢􀀡􀁬􀁏􀁬􀁬􀁾􀀠n ellidellcl:d U)I t:erlffielJ IQlf.J :tIl" fnlfll!Clitlflt. SliMI1'fC, 􀁉􀁾􀁐􀁒􀀠fC01l$uitinC El'IgillWf; __.......􀁾􀁟􀁾...___••__•••__.... Oil!e 'Sb"M!vIARV OF CONTRACTITE.VlS -0318ADDON lITEM NO. DECRIPTION OF ITEM BID INFOIUI[.-\TION I Quantity Unit Unit Price BASE BID -Eligible Item. I M-101; MOBILIZATION I LS 160,000.00 2 M·IOl; M:AINT OF TRAFFIC 1 LS 19,()50.00 J 1'·150; REMOVEB11UM PAVElvlEI'iTS 10100 CY 2.00 4 P-l50; Remove Concrete: Pavement 560 Sy to.OO 5 􀁐􀀭􀀧􀁓􀀲􀁾 􀁕􀁮􀁣􀁬􀁡􀁳􀁳􀁴􀁦􀁩􀀮􀁾􀀠Ewavatiotl 5200 CY 1.00 6 P.\S5·1; Lime trea!edsubgmd<>. 6" 11750 SlY 1.70 7 􀁰􀁾􀀬 5$-2: Lime 21\ TON 85.00 g P-IS7; sill renre 550 LF 2.00 9 1'·304-1; Cemenllrealed&S"eoo",,-6" 12200 SY 12.50 10 􀁐􀁾􀀴􀀨􀀩􀁉􀁾􀁊􀀻􀀠 Bittrm. Surfuce COUiSe 110 TON 100.00 II 1'-501; 12" pce Pavemt:nl, 􀁮􀁯􀁮􀀮􀁲􀁾􀁩􀁮􀁦􀁯􀁲􀁥􀀼􀀺􀁤􀀠 7625 SY 42.00 12 ]>·;01·2; 12' PCCPavement, reinfar«·612-[; Milling llitnm.l'avrncnt, 1112 depth 410 SY 10.00 17 SI'·21; Tie JX,1Vl1. --Neenah R·)49()..A 42 EA 350.00 18 P..)2()"1; P'Y:!Ulcul maddllg. nOll 􀁲􀁾􀁮􀁣􀁣􀁴􀁩􀁶􀁥􀀮􀀠􀀴􀀧􀁾 􀀠yeUo-w 8100 SF 5.00 19 T·901-1; Sodding 250 Sy 5.00 WORK PERFOfu"l1ED TO DATE " ----Amonnt Quanlity Amotmt 160,000.00 I \60,000.00 19,050.00 1 19,050.00 20:200.00 10100 20,200.00 5,600.00 560 5,600.00 36,4C0.00 5200 36,400.00 19,975.00 11150 19,975.(JO 11,935.00 211 17,935,00 1,100.00 300 600.00 152,500.00 12200 152,500.00 11,000.00 38 3,800.00 320,250.00 7625 . :t20,250.00 􀀴􀀲􀀬􀀵􀀰􀀰􀀮􀀰􀁾􀀠 850 42,500.00 II2,SOD.CO 2250 112,500 .00 51,600.00 1075 51,600.00 1,840.00 'l:1 540.00 4,100,00 0.00 14,700.00 24 8.400.00 40,500.00 8100 40,500.00 1,250.00 250 1,250.00 INELEGn.BE WORK PERFOfu'v{ED TO DATE IQuantity Amount -0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 (l.OO 0.00 0.00 0.00 0.00 0.00 0.00 O.CO 0.00 ':c 'Z '-< ',t il r,, " r < ,c = 􀁾􀀠 􀁾􀀺􀀺􀀡􀁪 'N cO' 􀂧􀁾 _5:."..,. .f.e,.r.,. o .... -.J 􀁾􀀬􀁾􀀠 ":i=, '"_ «..o,. 􀁦􀀽􀀨􀁾􀀠 u'-" t;::';" cCO 􀁾􀀺􀁺 <.T? el 5l .."..... :-c 􀁾􀀠 = l SL'M.lVl.\RY OF COl'll'RACT rrnMS -0318ADDON ITEM NO. DECRIPTION OF ITEM BID INFOR,'"fAT!ON Quantitv Unit Unlt 1"t!1:e IA»DmllE ALTERNtf.TE 1· Rangtrr'" 20 M·IOl-!; MQbilizaJion 1 LS 30,000.00 21 M· lOi; Maint oftraffic I LS 4,392.00 22 P-ISO-I; Remove Bituroill. Pavmen.. 3160 SY 5.00 23 P-I52; Unclassified Excavation 250 CY 7.00 24 􀁐􀁾􀀱􀀵􀀱􀀭􀀱􀀻􀀠Sill Fence 315 LF 2.00 􀁾􀁾􀀺􀀳􀀡􀀩􀀴􀀭􀀱􀀻􀀠Cement 􀁾􀀮􀀮􀁡􀁬􀁥􀁤􀀠Base Caul'S" 6n 3100 SY 12.50 Ui P·40 I-I; Bitum. Surface oourse· 35 TON 100.00 21. P·501.5; 8"PCC 􀁐􀁡􀁶􀁥􀁭􀁥􀁮􀁾􀀠non '''nforeed 1050 SY 30.00 28 P-501-6; S' PeC Pavemenl, r.mtoreed 972 SY 31.00 29 P-501-1; 8-10" PCCPavememl. nOlHCioforeed 533 SY 37.00 30 P·501-2; 8-10' PCC Pavement, ",info"",d 575 SY 39.00 31 1'-6D3-1;"!li\l1m Tack coat 30 GAL 20.00 32 T·91l4-1; Sodding 7611 SY 5.00 ADDmllEALTERNA1F2-RANG.4RB 33 M·IOI-I; M"bilizotiQR 1 LS 40.000.00 34 M-l02; MAlNTOF T&\fFIC I LS 4.902.00 35 P-150-1; Re.... 􀁾􀁖􀁬􀀠 <_ 0,-I!.<.-..".. <.. ,-I!􀁾􀁃􀁉􀁬􀀠 'Zo 􀁾􀀠 􀁾􀀠 ...... -" :-> c !: c VI -_..........._.ISU!lrfl\IARY OF COl';IRACT ITEMS-0318ADDON !IrruM 􀁾􀁏􀀮􀀠 DECRlPT!ON OF !"feM BID INFORM.'I.TION I Quantity Unit Unit Price 38 P-Jll4-1; Ceroenttr r c c• 􀁾􀀠 C L c ":", "-..J ,,'" cO-0It'-'" ;;tV> <"'0--'" "'.... 􀁾􀁾􀀠 "'.... -'" :zV> s_= .1 􀁾􀁾􀀠 ,.( 1) '2 '0 -,j & &......:.:.. .... < !i c • Smlll1ARY Of COl'."J'RAl.'T ITEMS -031BADDON ITEM NO. DECRl'P110N OF ITEM BID INFORMATION I ;Quantity Unlt UnltPrice SlfPPLE3f1!}\TAI. #1 1 M·IOH; Mobilizati<>A -I LS 25,000.00 2 M· I 02; MAINT OF 'ffiAFI'lC -I LS 4,802.00 3 1'-150.1; Remove Bimmin.l?avcncn .. -3120 SY 5.00 4 P·150..J; Rem(}V01.5; g"PCC Pa.ement,non reinforced ·1750 SY 30.00 9 p·SOI·6; 8" PCG Pavement, reinfurced ·93 SY 31.00 10 P-501-1; 3·10' Pee Pavomeml, ne,,.,..infu,,,ed -190 SY 31.00 II 1'·501-8; 8-10" PCG Pavem.m, reinfurted -325 SY 39.00 12 D-701-1; IS" Class IV Rep -141 LF 55.00 13 D.451·1; Inl.', Type A -I BA 3,500.00 14 F-162-1; Temp. Ga., -1 SA 3,500.00 15 T·9/)4.I; Sodding -570 sY 5.00 16 Si'-21; Tic Downs -Neenall R·J490-A -18 EA 350.00 17 NEOPRENE GASKET --.. 􀁾􀀰􀀴􀀠 _LF_ -7.JS WORK PERFOR.,\1ED TO DATE Amount Quantity Amount +-.------.I -(25,000.00' 0.00 (4.802.00) 0.00 (15,600.00) 0.00 (1,000.00' 0.00 (2,IlS.OO' 0.00 (8,750.00) 0,00 (840.00) 0.00 (52,500.00) 0.00 (20883.00) 0.00 (29230_00) 0.00 (l2067S.00) 0.00 (7,755.00' 0.00 • (3,500.00' 0.00 (3,Soo.0()) 0.00 (2,850.00) 0.00 (6,300-.00) 0.00 1,499.40 204 -1,499,40 --i INELEGIL8E WORK PERFORMED TO DATE Quantity Amount 0.00 0_00 (1.00 0.00 0.00 0_00 0.00 0.00 0.00 0.00 0_00 0.00 0.00 0.00 0.00 0.00 0.00 <':Iz: '-i COl < << •, .. < c c 􀁾􀀠 = L 0-0 .;::l 􀁾􀁡􀀭 􀁾􀁡􀀭 􀁾 ...... ,-,a'"n ...... -l" ::!o . "-􀁾􀀢'...􀀢,... 􀁾􀁖􀁬􀀠 􀁾􀁩􀀡􀀠 "-I ...N.... <;.. .. 􀁾􀁴􀁏􀀠 ."., -z o 􀁾􀀠 , 􀁾􀀠 ...... :-...... c;;;; c; " c • SUMMARYOF CONTlucrrrEMs -6318ADDON ITEM NO. DECRIl'TION OF ITEM BID INFORlvtATION -Quaality Unit Uni! Pnce Amount 18 . [).701·2; 12" Class IV Rep -Hangar A 28 LF 50.00 1,400.00 8" fCC Pavement -NeG Reinfo,ced-Hangar A 19 93 SY 30.00 2.790.00 -8"!CC Pav.... e.!, aeinfon:ed -Rmgax A 20 29 SY 3U10 899.00 P-401 BilUlll. Smface CQurse Temp. Pavement· 21 Hangar A 8 TON 100.00 800.00 P-40l; Situro. Surface Co",,", Temp. PaV<:lltent 22 Hangar ":an 9 TON 100.00 900.00 Sodding Hangax "B" 23 lOS SY 5.00 525.00 SubtDlalSuppl""ental#1 (170,-I86.60) SUBTOTAL CONTRAcr 1,561),513.40 : ____I_ I ,I , :&''ELEGlLBE WORK WORK PERFORMED TO PERFORMED TO DATE DArn Quantity Amonnt Quantity Amot\ll{ 24 1,200.00 0.00 93 2,790.00 a.oo 29 899.00 0.00 8 800.00 0.00 9 900.00 0.00 0.00 0.00 8,088.40 0.00 1,352,833.40 0.00 0.00 I I ,• I • <::c 'z '-< ,al r, C J , 􀁾􀀠 < ( < < 􀁲􀀮􀁾􀀠 l----.J, --' 􀁾􀁕􀀧􀁬􀀠 «0 0:':-,,-.u .... .. 􀁡􀁾􀀠 􀁾􀀺􀁺􀀠 o & @---.., ::<-' c: " c 􀁾􀀠 .:1: ·z ; .... ,OJ SlJ1I.LI\.1ARY OF CONTRACT 1TE."IS -0318ADDON . ITEM fNO. DECRIPTION OF ITEM BID INFORMATI6t2-I:Mffiiogllil1lm._.nt.l.5 d -410 SY 10.00 Sub_ICHAlIICEOIWER. M 1 eHA,WEORDER 11 I 􀁐􀁾􀀵􀀰􀀱􀂷􀁪􀀻􀀠S"PCC PavemUlt. non reinfor¢ 201 SY (3LOm 2 Bamei!d'" ("""in. OfT ..mc """,gar Al I LS 2,SOO.00 1 Barriades (Main. OfTraffic Han!ar 8) I LS 1,SOO.00 6 12" RCP Hangar a 54 LF 50.00 7 IS'" RCP HangarS 12 LF 55.00 8 Additional Tem.p HMAC Hangii' B 55 TON 100m 8 􀁉􀁮􀁩􀁴􀁵􀁭􀁩􀁾􀁯􀁵􀁳􀀠􀁓􀁴􀁴􀁲􀁦􀁡􀁾􀀠Cawu 26 TON 100.00 􀁓􀁾􀁢􀁴􀁄􀁄􀁯􀁤􀀠CHA1'.'OE OllIJEII 31 -. CHANG§. ORDeR 􀁾 J WORK PERFORMED TO DATE AmOl(Tlt IOuonlitv Amount 1622.00 gil 1622-00 2.833.00 405 2,835.00 20.275.00 811 20,275.00 (7,200.00) 0.00 J4,062.00 &11 34,062.00 3,000.00 1 ).000.00 6.300.00 3.5 6,300.00 (1.300.00' 0.00 􀀨􀀴􀀬􀀱􀁾􀀰􀀮􀁏􀁏􀂷􀀠 0.00 55,49>1.00 68,094.00 (6,231.00 0.00 2..500.00 I 2,;00.00 1,SOMO I 7.soo.oo 2700.00 54 2.700.00 660.00 12 660.00 5.500.00 55 5,500.00 2,600.01> 26 2,600.00 15,229.00 2146(1.00 -INELEGIlJlE WORK PERFORMED TO DATE IQuoolity Amount -. • 'OJ:) r", IN 􀁾􀀦􀀺􀀠 !--" fU1 -r-'"-" J:<. '0 􀀵􀁾 ."'" 􀁾􀁕􀀧􀁬􀀠 <0 i-J:<. <."..". 􀁾 .. cdo "z <0 ;;:! "" Sl ...... -" 􀁾􀀭􀀭􀀢􀀠 :§ 􀁾􀀠 c ISUMMARY OF CO:-'TRACT ITEMS ..o31IADllON 1l"EM NO. DECRlPTION OF l'ffi'l.t B(!) INFORMATION Qnantity Unit UBi! Price. D,dudsH••_ "A" I P-501-l; ff'pee !J'avQll.:::oI nonr.:inf()(t.t 958 SY (30.00 2 1'·501·5; g"PCC 􀁰􀀢􀀢􀀽􀀬􀀬􀀬􀁾􀀠....._ 172 Sy (31.00' l p-501·5; S"-IO"PCC l'avs' J>􀁾-􀁾...􀀠 :: .... 􀁾􀁕􀁬􀀠 􀁾􀀠-_0 "J>'-'-'> 􀁣􀁾􀀠 cJ>g-,o "z? 􀁾􀀠 .... o.-...... :' .... c: ," c SUMMARY OF COl'lTR.-\cr ITEMS ·tl318ADDQN ITEM NO. DECRIl'TlON OF ITEM BID lNFOR."l"TION iQIlanlitv Vol. UniU'ri« S W"", Tt""'>! S.bgrade pb... 1 2210 SY 3.00 7 Lim. 􀁾􀁬􀁢􀁳􀁨􀀱􀁬􀀠ph""" I 36 SY 9;.00 8 Lim. TreatOO Subgradc pIJ_ 2 2202 SY 3.00 1 Lime 361bs1W ph.., 2 36 SY 95.00 8 \lDc!as.med Elloavaoion 1551 SY 7.00 Su/)(."'I CHANGE ORDeR n:1 BOl1US fer /l5/)1 Paving Aprall ifAft ij % 560,912.00 􀁊􀁊􀁾􀁴􀀮􀁬􀁓􀁬􀁯􀁲 PiO/PavflJE Htmgar KA" 6 % 123,785.00 BfJn!.d (0,. P5IJI 􀁐􀁑􀁰􀁦􀀱􀁊􀀳􀀱􀁦􀀴􀁾􀀱􀁕􀀠UR" 6 % 168,043.00 TOTAI. CONTRACT WORK PERFORMED TO D....TE Amouot Quantity Amoant 6630.00 .210 6630.00 3420.00 36 3,420.00 6,606.00 2202 0.606..00 J 420.00 36 3,420.00 10,399.00 1557 10,899.00 30,030.00 221087.00 33.654.72 6 33,654.72 7427.10 0 0.00 10,0&2.88 0 0.00 1694,921.12 I 697,129.12 JNE.LEGlLB£ WORK PERFORMED TO DATE . Amoollt ----==1 • 2,,-:1.z..:. COl I' 'c": c... r'r": <::: _cu:::: 'C" -c: ::>: <.r. 􀁾􀀠 f'T":....o 􀁣􀁾􀀠 §Eo> co> ""-" 􀁾􀁖􀀱􀀠 􀁾􀁏􀀧 .-r: .... ..... .." 􀁾􀁾􀀠 "%-"9V1 "-',0N ..... "".... 􀁴􀀺􀀻􀁾􀀠 0-"'" ""<""n ''z'' o '􀁾" 􀀠 ........ .......... :;"' .... = """ en o c,.... .... ::r s: --I Q) CD 􀁾􀀠 I 1\.)0 80 􀁷􀁾􀀠 ::J » CD OJ en o c,...:.... ::T --I m -􀁾􀁃􀁄􀀠 '<",0I 80 􀁾􀁾􀀠 ::l »-, CD Q) Back up for Supplemental agreement Page 1 oft Jim Pierce From: Jenny Nicewander [JNicewander@HNTB.comj Sent: Monday, June 28, 200411:06 AM To: Alan Schmidt Cc: Jerry Holder; Jim Pierce Subject: Sac!< up for Supplemental agreement Pavement Design Change for Hangars A and B, Addison Ai.t:port The original standard pavement design for the hangars at the Addison Ai.t:port called for 8" ofP-501 (pCCP) on top of6" P-304 (Cement Treated Base). During construction of the pavement around the hangars, it rained for a few days and made the subbase too wet to work with making the original design in appropriate. Since this was an important project to the Town of Addison to remain ahead ofschedule, it was decided that if the subgrade section changed to P-155 (Lime Treated Subgrade) and not P-304, this would create a surface that the contractor could pave on. A pavement design was done using P-155 and no P-304 and it was determined if the P-SOl was increased to to" versus the original 8" of concrete, this section retained retained the 20-year design life. An exhibit of the new section is attached to this document, as well as the pavement design analysis that was petformed for these hangars. «pavement design report. pdf» «HangarA-B...,pvmt.pdf» Alan -please let me know if there is anything else you need from me regarding the supplemental agreements for Mas T9k, the engineering services or the pavement design change. Jenny Nicewander HNTBCorp. 􀀹􀁮􀁾􀀲􀀸􀀭􀀳􀀱􀀶􀀴 -direct line This e-mail and any files transmitted with it are confidential and are intended solely for the use ofthe individual or entity to whom they are addressed. Ifyou are NOT the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this e-mail in error and that any use, dissemination, forwarding, printing, or copying ofthis e-mail is strictly prohibited. 6/28/2004 Rigid Pavement Design For Airport Name: Addison Airport Associated City: Addison, Texas Design Finn: HNTB AlPNumber: TxDOT 0218ADDON Program nale 10/02102 ACMe/hod Date: 1120103 Designer: J Nicewander New Pavement Section Required Stabilized Subbase Is Required 9,9 PCC Thiekness 650 psi New Concrete F1exurel Strength 6,0 Stabilized Base 0.0 Subbase 0.0 Non-Frost Layer (free draining material) LargeAircrqfl Parallel to Joints (standard design) Overlay Sections NI A Asphalt Overlay Thickness NI A Unbonded PCC without leveling eourse NI A Unbonded FCC with leveling eourse N/A BondedPCC NIA Existing Slab Thickness NIA FCC needed fur existing section NIA Existing Stabilized Subbase NI A Emling Aggregate Subbase NIA Existing Slab Flexural Strength NIA F-Faelor used in design N/A CrFactor NIA Cb Factor Frost Considerations (for new pavement section) Dry Unit Weight ofSoil (lb/cf) 100 Degree Days "F 200 Soil Frost Code Non-Frost Frost Depth Penetration (in) 20.50 k value on top ofstabilized layer 59 k value on top of subbase layer 20 Originrusubgradekvruue 20 Subgrade k-value was not modified for frost Design Aircraft Information DUALWH-50 20 Design Ute (years) 50000 Ibs Gross Aircraft Weight 21,904 Equivruent Annual Departures This software is cw:rent\y under development and is not officially adopted as a FAA standard. Designs developed using this prognun should be ebecIred against AC 150/5320.{iJ) to insure accuracy and confotllllUlCe to e>cisting standards 2B-JUN-200409,41 G: \3736S\Cad\Exhibits\HangarA-B_pvmt.dgn I' 􀁾􀁖􀁁􀁒􀁉􀁅􀁓􀀠 1 .. '. "r ,'. ' ,. . .. • .. . " 4·. . 4·· . '. . 4 . ' 10 " 􀁾􀀠. • . '. 􀁾􀀠 pecp '. 􀀧􀀮􀁐􀁾􀀵􀀰􀀱􀀢􀀠 ,I 112" ' d·. d..', d·. " d . ' . .. oQ" ... ' .' • • , 6" LIME TREATED SUBGRADE P-155 THICKENED EDGE NON-REINFORCED PAVEMENT NOT TO SCALE I =I 􀁾 11l1li 􀀽􀁴􀁾.........wnaa Addison Airport-C.O. #1 & S.A. #1 Page 1 ofl Jim Pierce From: Jeny Holder [JHolder©HNT8.com] Sent: Wednesday, June 16, 2004 11 :26 AM to: Alan Schmidt Cc: Jim Pierce; Jenny Nicewander; Luis Elguezabal Subject: Addison Airport -C.O. #1 & SA #1 Alan, I want to get our airport project change orders up to date. C.O. #1 has been processed and approved to pay Site Concrete for modifying the Apron on the northeast quadrant. We should have included in C.O. #1 a supplemental agreement for additional funds for the engineering to accomplish this taSk, but we failed to do so at the time. To simplify things, I am submitling the request for additional funds for HNTB now. The attached spreadsheet documents our man hours spent to accomplish the work in C.O. #1. «HNT8 SA #1.xls» The following InfQrmation will be documented in e-mails later today. We have sent a request for a change in Mastek's (the testing lab) fee that you were unclear about I will send you an e-mail shortly giving you more details that. I will also get together Site Concrete's change order requests in a format that fits the unit price schedule they originally bid. Thank you for your help on this matler, Jeny This e-mail and any files transmitted with it are confidential and are intended solely for the use ofthe individual or entity to whom they are addressed. Ifyou are NOT the intended recipient or the person responsible for delivering the e-mail to the intended recipient, be advised that you have received this e-mail in error and that any use, dissemination, forwarding, printing, or copying ofthis e-mail is strictly prohibited. 6/1612004 TxDOT ESl1MATE OF CONSULTANT'S FEE PREUMINARY ENGINEERING REPORT PHASE TxDOT Pro] No: Aitpotl: Proj"ect Manager. Consultant: LABOR AntiOi􀁾􀀮led Task I with Frilc l..!m1l Te$ $@$3S.00J1't4 .. " ,JOQ. "! j. each. Perce"" p;aStLf'l9 #200 . VI!@S25,00leo, ... .;t'."! f.Jme Stalllhtittlon; ,3$' hours TechniCIan Tlme@$,3J OOJhr" ""., , • , Obseevlng \.Ime Slat» 2.auOfI1cc'1h!mng compbat\C4 wIn NT COG Spltt'flCatlOMs 10 eac" GradatiOns @􀁓􀀱􀀴􀀮􀀰􀁄􀀯􀁥􀁾􀀠 ., ''". • ,,,.. • ..' zeo.'! £. Oeac:h. \.Lone Depth Check @􀁓􀁾􀀴􀀠OOIea :: z1>0. 'l Ca$t·ln-PlacG' Caner.: 110 how•. TechniD.n 'me@S3 .OGIl' ........__ .t.30. '!!: Sample eonCl'ele. oerlorm sill fair 1a$b.. cast !CSt$ cylirKler8. "enly batch aN! alaCemel1t limes and 􀁬􀁯􀁥􀁡􀁴􀁬􀁏􀁾􀀠, record weal'lercom::l!tlons and watet added a: site . ..so each. Concrete Cy.lnd!ll";@14001(13 .._ ... .... . . .,. . ... 1} 'a. 0 Cool. test ano report stre th .at 7 arod 18 <1ay$ 􀁾􀀠 •S.... gell... ·.. X·1I20.a 􀁾􀀢􀁡􀀬􀀡􀂷􀀡􀀧􀀠 L100 Reinforcing tospeetion: 50 􀁾􀁯􀁵􀁲􀁳􀀬􀀠Field ...econlclen@S:J3fOihl'...'""'"........ .'......'U.,S'O.'f> VLStially :.>bserve reinfotceme placement Immedla!&ly prior 10 COf"lCf'e(e ::;:. Diaceme1L :ecord stasi cond' on af"(! condition 􀁯􀁾􀀠forrrs:. z·<.s JJI>f -----' Contractor Submittals TOWN OF ADDISON, TEXAS ADDISON AIRPORT PAVRMENT RECONSTRUCTION CONTRACTOR SUBMITTAL REQUIREMENTS Item Number 1'-155-2.1 1'-155-2.2 1'-155-2.3 1'-155-2.5 1'-157-2-4 1'-304 1'-304-2.1 1'-304-2.2 1'-304-2.3 Item Lime Treated Sublltade Lime Slurry Water Bituminous Materials Filter Fabric for Silt Fence Cement Treated Base Cement Water Gradation-Fine and Coarse Aggcreg'ates Required Submittal Submit certification the hydrated lime meets the requirements of ASTM C 977. Submit source and type of lime. II Submit test results for Residue Gradation. Submit certification of the Grade of Lime Slurry. Submit certification the mixing water meets the requirements of AASHTO T 26 for non-Ipotable water only. Submit certification the Type and Grade of bituminous material meets the requirements of 1'-155-2.5, Table 1. Submit certification the fabric meets the physical requirements listed in Specification 1'-1572.4. Submit certification the cement meets the requirements of ASTM C 150, Type I Submit certification the mixing water meets the requirements of AASHTO T 26 if nOn-I potable is used. Submit test results the aggregates meet the gradations shown in Specificaton 304-2.3 Table 1 when tested in accordance with ASTM C 136. Contractor Submittals Item Required Number Item Submittal P-304-2.3 Sulfate Content-Aggregates Submit test results of tbe sulfate quantity of tbe aggregates tested in accordance witb tbe requirements of ASTM C 295 if so directed by tbe Engineer. P-304-2.3 Atterberg Limits Submit test results of the aggregate plasticity index and liquid limit tested in accordance with ASTMD 4318. P-304-2.4 Bituminous Materials Submit certification for the Type and Grade of bituminous materials. P-401 Bituminous Pavements TxDOT 340.2 Coarse Aggregate Submit test results tbe aggregate gradation meets tbe requirements of Specificaton 340.2(a). Submit test results tbe material meets tbe quality requirements of Specificaton 340.2 Table 1. Submit test results for Mechicamcally Crushed Faces tested in accordance witb TEX-460-A. TxDOT 340.2 Fine Aggregate Submit test results the aggregate gradation meets tbe requirements of Specificaton 340.2(a). Submit test results the material meets the quality requirements of Specificaton 340.2 Table 1. TxDOT 340.2 Combined Aggregates Submit test results the materials conform to tbe Sand Equivalent Value requirements of Specification 340.2 Table 1. TxDOT 340.2 Mineral Filler Submit test results tbe mineral filler gradation meets tbe requirements of Specification 340.2 lid). TxDOT 340.2 Asphalt Cement Submit certification tbe material meets tbe requirements of TxDOT Specification 300. TxDOT 340.3 Stability Submit test results showing the mix design stability meets tbe requirements of Specification 340.3 (3). TxDOT 340.3 Asphalt Mix Design Submit an asphalt mix design which conforms to tbe requirements of Specification 340.3. Contractor Submittals Item Required Number Item Submittal TxDOT340.3 Aggregate Master Grading Submit test results showing the aggregate gradation of the job mix formula meets the requirements of TxDOT 340.3 (5) Table 2. P-501 Portland Cement Concrete Pavement P-501-3.1 Submit a concrete mix design which meets or exceeds the acceptance criteria in Specification 501-5.2. P-501-3.4 Submit a certification the testing laboratory used to develop the mix design meets the requirements of ASTM C 1077. Design Mix Testing P501-2.1 Aggregates Submit test results for deleterious reactivity with alkalies in the cement tested in accordance with ASTM C 295 ASTM C 289. Submit certification the laboratory used for aggregate testing meets the requirements of ASTMC 1071. P501-2.1b Fine Aggregates Submit test results the material meets the requirements for gradation shown in P-501-2.1 Table 1. P501-2.1c Coarse Aggregates Submit test results the material meets the requirements for gradation shown in P-501-2.1 Table 2. Submit test results the aggregate meets the requirements for Deleterious Substances as shown in ASTM C 33 for Class 4M aggregate. Submit certification the aggregates contain 8% or less by weight of Flat or Elongated Particles when tested in accordance with ASTM D 4791. Submit certification the Percentage of Wear for the aggregates is in accordance with ASTM C 131 or C 535. P501-2.2 Cement Submit certification the cement conforms to the requirements of ASTM C 150, Type I or II. Contractor Submittals Item Required Number Item Submittal 1'501-2,3 Cementatious Materials P501-2,3.a Fly Ash Submit certification the fly ash conforms to the requirements of ASTM C 618, Class C,F or N. P501-2.3,b Blast Furnace Slag Submit certification the slag conforms to the requirements of ASTM C 989, Grade 100 or 200, 1'501-2,4 Pre Molded)oint Filler Submit certification the premolded joint fillerconforms to the requirements of ASTM D 1752 Type II or III. P501-2,6 Steel Reinforcement Submit certification the steel reinforcement conforms to the requirements of ASTM A 497 or A 184, P501-2,g Non Potable Water Submit certification the mixing water conforms to the requirements of AASHTO T 26 if non potable water is used, P501-2,9 Materials for Curing Submit certification the materials for curing conform to the requirements of ASTM C 309, Type 2, Class B, P501-2.1 Admixtures PSOl-2.10,a Air Entrainment Submit certification the air entrainment admixture conforms to the requirements of ASTM C260. P501-2,10,b Chemical Admixtures Submit certification the chemical admixtures conform to the requirements of ASTM C 494, P501-2,11 EpoxvResin Submit certification the Epoxy Resin conforms to the requirements of ASTM C 181 Type I, Grade 3, Class C. P-501-3.1 Mix Design P-501-3.1 P501-3.4 P501-4,!.a Concrete Mix Design Testing Laboratory Batch Plant Submit a concrete mix design which meets or exceeds the acceptance criteria in Specification P-50!. Submit certification the laboratory used to develop the concrete mix design meets the requirements of ASTM C 1071. Submit certification the batch plant meets to the requirements of ASTM C 94. P<;01.a 1 hf?\ Central Plant Mixer Submit certification the central plant meets to the requirements of ASTM C 94, Contractor Submittals Item Required Number Item Submittal P501-4.1.b(3) Truck Mixers Submit certification the truck mixers meet to the requirements of ASTM C 94. P501-4.1.b(4) Non-Agitating Truck Submit certification the non-agitating trucks meet to the requirements of AS1M C 94. A Quality Control Plan shall be submitted which shall contain all the elements of General Contract Provision Section 100, Contractor QUality Control Program and shall further P501-6.2 Quality Control Testing incorporate all rquirements of Specification P-501-6.1,6.2,6.3,6.4 inclusively. P-603 Bituminous Tack Coat P-603-2.1 Bituminous Materials Submit certification the bituminous materials meet the requirements ofP-6032.1, Table 1. Pipe for Storm Drains and D-710 Culverts D-71 0-2.2 Pipe Submit certification the pipe meets the requirements ofD-71O-2.2. Submit test results the pipe meets the strength rquitements of Specification D-710-2.3 and D-710-2.3 Conctete conforms to the requiremenst of ASTM C94. D-710-2.4 Rubber Gaskets Submit Submit certification the rubber gaskets meet the requirements of Specification D-710-2.4. Submit certification the cement conforms to the requirements ofASTM C 150, Type 1. D-710-2.5 oint Mortar Sand must confor to ASTM C 144. D-710-2.7 oint Fillers Submit ,;. the joint filler conforms to the requirements of ASTM D 1190 .. Submit certification the plastic gaskets conform to the requirements ofASTM M 198, Type D-710-2.8 Plastic Gaskets B. Submit certification the materials for compression joints conform to the requirements of D-710-2.9 Compression Joints ASTMC425. Contractor Submittals Item Required Number Item Submittal P-620 Runway and Taxiway Painting Submit manufacturer's certified test results all materials meet the specification requirements. D-751 Manholes, Catch Basins, Inlets and Tranch Drains. D-751-2.1 Brick Submit certification the brick conforms to the requirements of ASTM C 32, Grade SM. D-751-2.2 Mortar Submit certification the cement conforms to the requirements of ASTM C 150, Type 1. Sand shall conform to ASTM C 144. D-751-2.3 Concrete Submit certification the concrete conforms to the requirements of Specification P-610. D-751-2.4 Precast Concrete Rings Corrugated Metal Submit certification the precast rings conform to the requirements of ASTM C 478. Submit certification the corrugated metal conforms to the requirements of AASHTO M 36. Submit certification the frames, covers and grates conform to all specifications ofD-751-2.6 D-751-2.5 D-7512.6 Frames, Covers and Grates T-904 Sod Submit certification all materials meet the requirements shown in Specifications T -9042.1,2.3,2.5. M:\JOBS\37365-AddisonAP\QUALITY\[Addison Airport.Acceptance Sampling and Tcsting2.xlsJShcctl TOWN OF ADDISON, TEXAS ADDISON AIRPORT PAVEMENT RECONSTRUCTION ACCEPTANCE TESTING AND SAMPLING REQUIREMENTS Item Test Test Test Number Item Required Specification Frequency M·IOI Mobilization None M-102 Maintenance ofTraffic None P-150 Demolition None P-152 Excavation and Embankment One per 3000 SY or fraction P-152-2.2 Excavation Compaction ASTMD698 thereof One per 3000 SY or fraction Field Density ASTMDl556 thereof P·152-2.6 Embankment Compaction ASTMD698 One per 500 CY Field Density ASTM D1556 or One per 500 CY ASTM D2167 or One per 500 CY ASTMD2922 One per 500 CY Moisture Content ASTM D3017 or One per 500 CY ASTMD2216 One per evety 200 P-152-2.9 Smoothness 16' Straighted.o:e longitudinal feet P-155 Lime Treated Suhgrade Item Test Test Test Number Item Required Specification Frequency P-155-3.2 Tolerances Percent of lime and Water One per 1000 SY or minimum of 4 per day's production. P-155-6.3b Final Mixing Clods P-155-6.3b Table One per 200 Tons P-155-6.4 Compaction Laboratory Density ASTMD698 One per Source Optimum Moisture ASTMD698 One per Source Field Density ASTMD2922 One per 1000 SY or minimum of 4 per day's production Moisture Content ASTMD3017 One per 1000 SY or minimum of4 per day's production P-155-6.5 Surface Tolerance Smoothness 16' Straight Edge One per 200 longitudinal feet and minimum five per day's Iproducton P-155-6.6 Thickness Core or Depth Check One per 300 SY P-156 Pollution, Soil Erosion and Siltation Control None P-304 Cement Treated Base P-304-3.1 Cement Laboratory Molds ASTMD560 Two per Design Mix Compressive Strength ASTM 1633 Two per Design Mix P-304-4.6 Compaction Laboratory Molds ASTMD558 Two per Design Mix Field Densiry ASTM D1556 or One per 500 SY and minimum of 4 per days Iproducton Item Test Test Test Number Item Required Specification Frequency One per 500 SY and minimum of 4 per days ASTM D2167 or producton One per 500 SY and minimum of 4 per days ASTMD2922 producton Field Moisture Content One per 500 SY and minimum of 4 per days ASTMD3017 producton P-304-4.7 Thickness Core or Depth Check One per 300 SY. P-304-4.9 Surface Tolerance Smoothness One per 200 longitudinal feet and minimum five per day's 16' Straightedge producton P-401 Bituminous Pavements Asphaltic Material TxDOT 340.2(1)(d) Tack Coat Conformance TX DOT Spec. 300 One per Source Design Mix Submittal Conformance One per Design Mix TxDOT 340.3(2) Laboratory Density Test Method TEX-207-F and 227-F One per Design Mix TxDOT 340.6(6)(a) Percent Air Voids Two per 500 Tons and Method TEX-227-For Minimum 3 per days TEX-207-F Iproduction TxDOT 340.6(6)(a) Rolling Pattern TEX-207-F One per Design Mix Item Number Item P-SOI Porrland Cement Concrete Pavement PSOI-4.11 Final Strike-Off PSOI-4.1l.f Straight Edge Test PSOI-S.I Material Acceptance PSOI-S.l.a Flexural Strength PS01-S.l.b Pavement Thickness Cores PSOI-5.2.e Acceptness Criteria P-501-5.2.e(3) P-SOI-5.2.e(4) P-501-5.2.e(5) P-SOI-5.2.e(6) PSOI-6.2.c Mix Test Test Test Required Specification Frequency Smoothness 16' Straight Edge One every 8' Longitudinally ASTM D3665 ASTM Sampling CI72 Two per sublot of 200 CY ASTM C31 and ASTM Testing C78 Two per sublot of 200 CY ASTM D 3665 and ASTM Thickness C174 One per sublot of 200 CY Smoothness 16 ' Straight Edge One every 25' Longitudinally Horizontal and Vertical Grade Deviation from Plan Control Elevations One every 50' Longitudinally Edge Slump One every 50' Longitudinally Dowel Bar Alignment One every 50' Longitudinally Slump ASTM C143, ASTM CI72 One per Sublot of 200 CY ASTM C231, ASTM C173, Air Content ASTMCI72 One per Sublot of 200 CY Unit Weight ASTMC!38 One per Sublot of 200 CY Item Number Item P-701 Pipe for Stonn Drains and Culverts P701-2.3 Concrete for Cradles Test Required Strength Test Specification ASTMC94 Test Frequency One per Source M:\TDBS\37365-AddisonAP\ QU AJ .1mlAddiwn Airport.Accepunce SJ.mpli rig md Te$l'ing2,xl$]5heerI 􀁾􀁭􀁭􀀪 I Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701-2483' 512/416·4500' FAX 512/416·4510 May 14, 2004 Mr. Jim Pierce Asst. City Engineer, Town ofAddison 5300 Belt Line Road Dallas, TX 75254 RE: Addison Airport construction project # 0318ADDON Dear Mr. Pierce: Enclosed for your records is an original revised Payment Bond for the construction contract for0318ADDON. The Contractor's Surety revised this Bond due to a duplication ofBond numbers with another construction project. Please place this revised Bond on your copy ofthe Constroction Agreement. If you have any questions please feel free to contact me. Sincerely, 􀁾􀁣􀀦􀀺􀀭 􀁾􀁴􀀶􀁲«<-;;;t Edie Stimach Grant Manager BOND NO. SUI 004196 SURETY BOND ENDORSEMENT Surety Name: [g] Arch Insurance Company and Arch Reinsurance Company Agent Name:Michael B. Hill Address: 2911 Turtle Creek Blvd ..#300 Address: 1201 Kas Dr.. Ste. B Dallas, TX 75219 Richardson. TX 75081 Phone: 􀀲􀁬􀀴􀀭􀀵􀀹􀀹􀀺􀀭􀀸􀀢􀀬􀀳􀀳􀁾􀀲􀀬􀀬􀀭___ Phone: 972-331-3706 To be attached to and form a part of SUI 004196 Bond, issued by the undersigned Company, as Surety, on behalf of Site Concrete, Inc. as Principal, and in favor of Texas Department of Transportation, as Obligee. Effective 03/2S(2004,the Principal and the Surety hereby agreed to amend the Bond as follows: Due to bond number duplication, change of bond number from: SU1004196 To SU1007200 Provided that the liability under this endorsement shall be part of, and not in addition to, the liability under the attached bond, and in no event cumulative. Nothing herein contained shall vary, alter or extend any of the provisions, conditions, or other terms of this bond except as above stated. Signed, sealed and and dated this 2Sth day of March, 2004. Site Concrete, Inc. Arch Insurance Company and Arch Reinsurance Company 1//J'jrety ACCEPTED: 􀁂􀁙􀁾􀀩􀁕􀁴􀀷Michael B. HiH Attorney in Fact Endorsement No: #1 Texas De FK 06 1 3 FL (Ed. 06 99) Printed in U.S.A. POWER OF ATTORNEY Know All Men By These Presents; That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Mlssourl, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Michael B. HIli, Cindy Fowler, William D. Baldwin, and Suzanne C. Bladwin of Richardson, TX (EACH) its true and lawful AUomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as Its act and deed: Any and all bonds and undertakings EXCEPTION; NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee Ihe payment or collection of any promissory note, check, draft or ietter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to aU intents and purposes, as if the same had bean duly executed and acknowledged by Its regularly elected officers at lis principal office In Kansas City, Missouri. This Power of Atlomey Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect ''VOTED, That the Chairman of the Board, the PreSident, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-In-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory In the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attomey is signed, sealed and certified by facsimile under and by authority of the following resolution adapted by the unanimous consent'of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facSimile on any power of attomey or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which 11 Is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 012 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to b8 signed and its corporate seal to be affixed by their authorized officers, this 23rd day of May ,3 Arch Insurance Company Attested and Certified Joseph S. 􀁾􀀮􀁉􀀨􀁾􀁥􀁌􀀴􀁾 Thomas P. Luckstone, Vice President STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS I Melissa B. Gilligan, a Notary Public. do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFICIAL SEAl SEAl MEUSSA B. GIWGAN, NoIa!y Public Slate o! Coonec1icIJ! My Commission "'pires February 28, 2005 CERTIFICATION 􀁩􀁦􀀧􀀺􀁊􀀬􀁴􀁬􀁍􀀲􀀰􀁃􀁴􀁾􀀻􀀻􀁡􀁮 Melissa S. Gilligan. Notary Public My commission expires 2-28-05 I, Joseph S. Labell. Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated May 23, 2003 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone. who executed the Power of Attorney as Vice President. was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 25th day of March • 􀀲􀀰􀁾􀀮􀀠 􀀺􀀾􀁾􀀠/' Joseph S. This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in Ihe manner and to the extent herein stated. Home Office: Kansas City, MO OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. POWER OF ATIORNEY Know All Men By These Presents: That Arch Reinsurance Company, a corporation organized and existing under the laws of the State of Nebraska. having its home office in Omaha. Nebraska (hereinafter referred to as the "Company") does hereby appoint Michael B. Hill. Cindy Fowler. William D. Baldwin and Glenn E. Ganci of Richardson. TX (EACH) its true and lawful Attomey{s).in-Fact. to make. execute. seal. and deliver from the date of issuance of this power for and on its behalf as surety. and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make. execute. seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note. check. draft or letter of credit. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes. as if the Same had been duly executed and acknowledged by its regularly elected officers at its principal office in Omaha. Nebraska. This Power of Attomey is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on June 13. 2003. true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED. That the Chairman of the Board, the Managing Director. or any Vice President. or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneysin-fact. and to authorize them to execute on behalf of the Company. and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings. obligatory in the nature thereof, and any such olfrcers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by by authority of the following resolution adopted by the unanimous consent of the Board 01 Directors 01 the Company on June 13, 2003: VOTED. That the signature of the Chainman 01 the Board. the Managing Director, or any Vice PreSident, or their appointees designated in writing and filed with the Secretary. and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on June 13. 2003, and any such power so executed. sealed and certified with respect to any bond or undertaking to which it is attached. shall continue to be valid and binding upon the Company. OOMLOO 13 00 03 03 Page 1 of2 Printed in U.S.A. In Testimony Whereof. the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers. this 2!!:L day of September • 􀀲􀀰􀁾􀀮􀀠 Arch Reinsurance Company Attested and Certified athgeber. Mana ing Director and Chief Operating Officer Mathilda A. Oostveen. Corporate Secretary STATE OF NEW JERSEY SS COUNTY OF MORRIS SS I Elizabeth A. Rizzolo. a Notary Public. do hereby certify that John F. Rathgeber and Mathilda A.Oostveen personally known to me to be !he same persons whose names are respectively as Managing Director and Chief Operating Officer and Corporate Secretary of Arch Reinsurance Company. a Corporation organized and existing under the laws of the State of Nebraska. subscribed to the foregoing instrument. appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed. sealed with !he corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. .. 􀁾..􀁾􀀠 CERTIFICATION I. Mathilda A. Oostveen. Corporate Secretary of Arch Reinsurance Company. do hereby certify that the attached Power of Attorney dated September 5. 2003 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and t do further certify that the said John F. Rathgeber, who executed the Power of Attorney as Managing Director and Chief Operating Officer. was on the date of execution of the attached Power of Attorney the duly elected Managing Director and Chief Operating Officer of Arch Reinsurance Company. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of Arch Reinsurance Company on this 25th day of March 􀀬􀀲􀀰􀁾􀀮􀀠 􀁁􀀭􀁁􀀮􀁾􀀠 Mathilda A. Oostveen. Corporate Secretary This Power of Attorney limits the acts of those named therein therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. HOME OFFICE: Omaha, Nebraska OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. f ,pf " ;.'. -V \ ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy, You may call Mary Jeanne Anderson, Surety. Arch Insurance Company. at the toll-free. telephone number provided below: 1-866-472-8845 You may contact the Texas Department of Insurance to obtain Information on companies' coverages. rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149104 Austin, TX. 78714-9104 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. I 􀁾􀀬􀁾􀀠 Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701-2483'5121 416-4500' FAX 512/416-4510 May 12,2004 Mr. Jim Pierce Ass!. City Engineer Town ofAddison 5300 Belt Line Road Dallas, TX 75254 RE: Addison Airport: TxDOT # 0318ADDON Dear Mr. Pierce: Enclosed for your records is a copy ofexecuted Change Order No.1 to the construction document for TxDOT Project Number 0318ADDON, between the Texas Department of Transportation, agent for the Town of Addison, and Site Concrete, Inc. Ifyou have any questions, please feel free to call me at 1-800-687-4568 extension 4518. Sincerely, Ellie Stimach Grant Manager CHANGE ORDER NO: 1 􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀠 * (Number of original copies of the change order sent to TxDOT should match the number of original contract documents executed.) TxDOT CSJ NO.: 0318ADDON CONTRACT NO.: 3X2AV097 DATE OF ISSUANCE: APRIL 9, 2004 AIRPORT: ADDISON MUNICIPAL SPONSOR: TOWN OF ADDISION Address' __________________________ CONTRACTOR: SITE CONCRETE, INC. Address: 3340 ROY ORR BLVD. GRAND PRAIRIE, TX 75050 The following changes are hereby made to the Contract Documents: Adjust work item quantities in the contract for additional Work on Apron A , as shown in Attachment A and illustrated in Attachment B. Justification/Reason: During construction it became necessary to align Apron A to match existing apron that abutts Apron 􀁁􀁾􀀠 Attachments: Attachments A and B. Page 1 of 5 CHANGE IN CONTRACT PRICEo Original Contract Price: Previous Change Orders/Supplementals: Contract Price prior to this Change Order: Net increase of this Change Order: New Contract Price with all approved Change Orders: Percent change from original contract: $ 1,731,00.00 $ -170,486.60 $ 1,560,513.40 $ 55,494.00 3.2% CHANGE IN CONTRACT TIME: Original Contract Time: __􀀽􀀱􀀽􀀵􀁾􀀴____ _ calendar days Net change from previous Change Orders: ____􀁾􀁏􀁾____ calendar days contract Time prior to this Change Order: 􀀭􀀽􀀱􀁾􀀵􀁾􀀴____ calendar days Net increase of this Change Order: 8 calendar days Contract Time per all approved Change Orders; 162 calendar days CONDITIONS OF APPROVAL: 􀁾􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀽􀀽 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽 􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀠 The aforementioned change, and work affected thereby, is subject to all contract stipulations and covenants. Page 2 of 5 Requested by: HNTB -Jenny Nicewander Consultant Name 􀁾􀁃􀁯􀁮􀁳􀁵􀁬􀁴􀁩􀁮􀁧􀀠Engineer Title Accepted by Contractor: 􀁾􀁾􀁌􀀧􀁜􀀠􀀭􀁾􀀠 SigWtture Title Accepted by Surety Company: Signature Title 0 Accepted by Texas Department of Transportation: 􀁾􀁛􀁾􀁥􀀻􀁑􀀠Alan Schmidt Signature ' Project Manager 4/6/04 Date Lf/z..lloc.t Date 􀁾􀀯􀀢􀁉􀁄􀀴 Date ---1/"" Aviation Division 􀁾􀀠 Director, Project Management Page 3 of 5 ATTACHMENT A TO CHANGE ORDER NO. 1 Indicate below any new pay items or revisions to original contract pay items resulting from this Change Order. Base Bid U.S. Custom Pavement Reconstruction -DEDUCTIONS Description UNIT ISITECONCRETE Written Unit Price PRlCE Item !Spec J Qn: I Unit I 􀁉􀁾􀁏􀁉􀀮􀀱􀀱􀀠 ·72 ! TON Bituminous Surface Course SIOO.OOI ·S7,200.0( r-. 2· : P-603-1 I -<55 GAL Biruminous Tack Coat 􀀢􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀁬􀀠 $20.00' 􀀭􀀤􀁬􀀬􀁾􀀠 􀀳􀁾􀀱􀀲􀀮􀀱􀀱􀀠 -410 ! SY Milling Bituminous Pavement. 1.5 depth I Slo.oit -$4,lOO.O( Il Sub Total Deductions I ·SI2,600.0( 3 . N04.I.l I 􀀤􀀲􀀰􀀬􀀲􀀷􀀵􀀮􀁾 ,4 P-So1-1.l. 811 I SY $42.OOi 􀀤􀀳􀁽􀁾􀀠 Base Bid U.S. Customs Pavement Reconstruction -ADDITIONS Item k\ Qn: :_I__L:·!50-1 ! &1I ! . 2 P-ISZ-I . 40S ! Sy Remove Bituminous Pavements I 811 SY C,,:=ment Treated Base Course. 12" 525.00, Unit 1 Description Wrjtten Unit Price CY Unclassified Excavation , t2 loch 􀁐􀁃􀁾􀀠􀁐􀁡􀁶􀁥􀁭􀁥􀁮􀁾􀀠NOfiwReinforeed .._LUtllT .PRICE S2.00 $7.00 . SITE CONCRETE • 􀀤􀀡􀀬􀀶􀀶􀀲􀀲􀀮􀁾􀀠 52,835.00 I EA Temporary. 40·foot entrance $3,000.00 􀀮􀁾􀀮􀀠 H2S01-21 !, . 􀀤􀀳􀀬􀀨􀁩􀀰􀁔􀀮􀁾 6 I p·Sal-3 I 3.S ; DAY Concrete Removal 18"-20" I S},800.oo: $6,300. II Sub Tota! Addistions 1 S68,094.0.c Sub Tolal Deductions Sub Total Addistioos T olal Bid Addison Airport Project $112600.00 $68094.00 Page 4 of 5 , , :......,,.' , . ,,' 􀀮􀁾􀀮􀀬􀀠 .... , ' I I i , 􀁾􀀠 , 􀁾􀀺􀀠 i , I 􀁾􀀠 , : ! I i I I I ,, I ! , ! 1 , I I I i 1 ill , I I : I ! I! I _I : 􀁾􀀧􀀠 􀁾􀀬􀀧􀀠 I), _:! i 􀀢􀁾􀁌􀀮􀀮􀀮􀀬􀁾􀁉􀀠 􀁾􀀠 i 1 I 􀁾􀀠J. . • J. '. I ,",' I' I ...!.. , i I , ,I ! , -: I ! , :, 1 I i . , o , J J. i 􀁾􀀠 ! 􀁤􀁟􀁾􀁾􀁬􀀠 􀀮􀀯􀁾􀀠􀀻􀁾􀀮􀀠 J c ! t.:-' ;".' . ::: " '. :," ".," I ' ,. ,'.:.' ";": , '. :.': : " • ': . i',. i :.'::.'., :.,.': .:' ," : :"' 'i I" 'i !i I I: 􀁉􀀺􀁾􀀠 Ell :.... .􀁾􀀮􀁾... Page 1 of1 Jim Pierce From: David Stack [David.Stack@Staubach.coml Sent: Monday, May 10,2004 5:40 PM To: ccoleman@constructors.com; Steele, Lee J {FLNA}; Tunnell, Jack {RNA}; Olson, Dennis {RNA}; Scott Marek Cc: dweatherford@constructorsworld.com; Ka Cotter, Larry Toon; Brad Blankenship; Bill Dyer, Jim Pierce; O'Gara, Ken {PEP}; jholder@hntb.com; David Stack Subject: RE: FLNA Apron Finish Team: I have set up Redford Flooring's large grinding machine for Thursday morning at approximately 8:00 am to perform a test sarnple for the TXDOT apron area. The purpose is to smooth off the rougher areas within the lease line to address concerns about premature wear on aircraft tires as the planes are rotated in place. We have been requested to treat the entire lease area, approximately 20,000 sf, except for that immediately adjacent to the hangar where the air conditioning units are set. The basic intent will be to achieve what weathering would produce over a few months. The roughness does vary somewhat over the area, so we will try and provide a good sample for the desired end result. Redford is unable to give a quote for the work at this time, they believe that it will be 15 to 30 cents/sf, or $3,000-6,000. A set of grinding pads alone costs $2,300. They will not give a price for hourly rates, which was my recommendation to be fair to aU parties. If the sample is acceptable to all parties, than we will proceed with treating the entire area. I believe it would be completed within a couple of days. I do have a call into another vendor for a price comparison should Redford's price seem out of line. Please call should you have any questions. I need a representative from FLNA and the Town to approve the sample and I will confirm a more exact time by Wednesday afternoon. Otherwise, the punchlist went well today and we have requested that all items be completed by next Wednesday, 5/19, prior to the relocation on 5/21. 5/11/2004 5910W:Pkmo Puri.:woy I : I􀁾 i i =JARCHITECiS ENGINEERS PLANNERS Suite JOf) Plmw, Te-fllS 15I!!JJ (972) 66/·5626 r.:.tX (972) 661-5614 WWW.bll/kl.:om May 4, 2004 Mr. Bryan Piper Site Concrete, Inc. 3340 Roy Orr Blvd. Grand Prairie, TX 75050-4207 Re: Ramp project TxDOT CSJ No. 0318ADDON Dear Mr. Piper: On Wednesday, April 28, 2004, HNTB had the final walkthrough/inspection of the Ramp project at the Addison Airport. We agree you have completed the final clean up items and have satisfied the terms ofthe contract. It is HNTB's recommendation to close out this portion ofthe project with payment in full, excluding the P-501 item, which will be paid per the specs and the PWL's when the 28-day strength tests are provided to HNTB. Your warranty start date will be April 28, 2004. We appreciate your efforts on the construction of the apron. Tfyou would like to discuss this issue further, please contact me at 972-661-5626. Sincerely, HNTB CORPORATION 􀁉􀁴􀁾􀁐􀁅􀀠 Director ofMunicipal Services c: J. Pierce -Towne ofAddison A. Schmidt -TxDOT TIJi? HNTB Companies OffiCI':>..,\LEX"':'>U!(L\. VA. ,\:>I\Al'UlI;;. MD. AHIIN1A_ GA. -I,t7WIS. n, IIATO:-: kOl'GE. L.. MOSTO!'>. 􀁾􀁉􀁁􀀮􀀠CHMtl£STON. );C: CHlt.RLE$TOc.:, WV. ClltC\l\O, IL: CLhVh,\NIJ, OH, 􀀧􀀧􀀧􀀡􀁊􀀧􀀧􀁾􀀡􀁉􀁜􀀡􀀧􀀧􀀠un 􀀡􀁈􀁕􀁜􀁟􀁾􀀠l-';.IW"H'f{ ,no pnnOff. \11.1'110);(;; 􀁜􀁾􀁔􀀮􀀠F\InFmf1 ".I fT won'"! n. "I"IIHORiJ. IT. 11!ll"rrf'lN. 'n-:: 􀁬􀀢􀀧􀁴􀀧􀁉􀁍􀀭􀀺􀁜􀁊􀁉􀁮􀁴􀁬􀀮􀁾􀀮􀀠 I>': 􀀱􀁾􀁜􀀬􀁉􀁎􀁲􀀠 􀁲􀀮􀁾􀀠 􀀢􀁜􀁎􀀺􀀭􀀧􀁾􀀠\'11 ...• \II) 1,'''\\111.1 "< j \\'''\\.<' 'U. u,... 􀁜􀀧􀁦􀁤􀁟􀁬􀀺􀁾􀀬􀀠'A, U'IIHlur, X1, lol\UJ''''. \\i, 􀁜􀁪􀁌􀁾􀁟􀁜􀀱􀁪􀀠 H•. ,\I:LW.ltKEI.. \\'1. 􀀮􀁜􀁬􀁉􀀺􀀾􀀺􀀢􀁩􀁅􀀮􀁜􀁬􀀧􀁦􀀩􀁌􀁬􀁾􀀬􀀠 ..I", 􀀺􀁜􀁁􀁾􀁉􀁉􀁜􀂷􀁉􀁌􀁌􀁉 •. T!';, ,,(,\\, ,'Wh. ,\" <)'\"'",\,'\11, U. flRLV,P< I H. 0\ Y.UL-\:-.ll 􀁉􀀧􀁁􀁉􀀦􀀮􀀮􀀢􀁾􀀠 l'I.'>'.W ll/TH W:r:n.'\G I'A, l'OII'1lANI)' ,\11> l'ORT'..A:lP, QW. 1l-\Uit{;H. "r;, :;,. 􀀱􀀮􀀰􀁜􀀱􀁉􀁾􀀮􀀠􀁾􀁋􀀩..􀁾􀀮􀀢􀁌􀁔􀀠􀁌􀁾􀁋􀁾􀀠eny, L'r, 􀁾􀀢􀀧􀁎􀀠􀀬􀁾􀁩􀀧􀀼􀁔􀁑􀁽􀀧􀁬􀁮􀀬􀀠'I'X, 􀀬􀁾􀁁􀁲􀁜􀀠 􀀱􀁾􀀧􀁴􀁉􀁬􀀢􀁍􀀱􀀧􀁗􀀧􀁮􀀮􀀠(,,\. :-',\:.i l'IIANClvn. u, -;',N Jo.;J'. CA. :>1'A11'Ul, WA. 􀀷􀁁􀁾􀁉􀁉􀀧􀁁􀀮􀀠􀁾􀁌􀀺􀀠􀁔􀁏􀁌􀁾􀀨􀀩􀁏􀀬􀀠OK. WA-\l1l.'Ilt>TU"', ;) <: 1"J II' III 􀁊􀀩􀁬􀁭􀁈􀀱􀁬􀁜􀁲􀁩􀀬􀀮􀁾􀀨􀀬 I: ,., ii=1 ARCHITECTS ENGINEERS PLANNERS .,·,.111' ;''1)11 I"1fJltI>,i/l:!fiu HII'll jfJ7I1 MI·';'''':'' IC1X 1:17.!) (.r.t.ft.tlO;:'irOK 􀁾􀁉􀀺􀀬􀀠.:j14;«".\'1 \,N', VV: ';III\:AI;.'. 11, !'nW"I.,INI'. 1m; 􀁬􀁾􀀠".Iwm '$, 11/1· 􀁉􀁉􀁾􀁉􀁉􀀠􀁾􀀺􀀻􀀬􀀠'11.:. !,;'N"",Q, 1'\). Infftl()!1'. MI; .'j;RIW,. #f: 􀁲􀁾􀀮􀀧􀁉􀀮􀁜􀁊􀁾􀀬􀁮􀀬􀀠:'11, I"'. W'-'!!!!L ',:)t, 􀀢􀁁􀁉􀀨􀁉􀁾􀁾􀀮􀁬􀁤􀀬􀀮􀀠1:11 􀀧􀁉􀀡􀁗􀀺􀀭􀁾􀁕􀁉􀁜􀁃􀀠'j')ic IN,u... ,.."",1.I't, .N. 'H....INF. \;.\; 􀁍􀁦􀁩􀁾􀀢􀀢􀁾􀀠';f/,', 􀀯􀀼􀁉􀀧􀀬􀁾􀀠 I,N, );YHJL 'm, 􀀱􀀮􀁾􀁎􀀧􀀮􀀮􀀭􀀴􀀢􀀧� �􀀢􀀠 "". 􀁉􀀬􀁜􀀬􀁾􀀠ANI',I'J,FS. f.", l' 􀀢􀀧􀁪􀀻􀀻􀁖􀁪􀁉􀁉􀀬􀁬􀁾􀀠 􀁾􀀢􀀮􀀠􀁍􀀢􀀧􀁨􀁉􀁾􀀩􀁉􀁉􀁉􀀮􀀠w.; MIAM!, 1'1. oItIll ....... fJ<-, \III; loI .... t-I!\."h..l,li\. 1-"", ",..:..IV ..J". 1"1, 􀀬􀀬􀁾􀀢􀀡􀁖􀀠vtu.". 'II'; 'V."INlII, l,l, "flll, 1111, \ffA."IIl!M'n If'I. 1""/' 􀀢􀁾􀀹􀁓􀁾􀀹􀀹􀀲􀀮􀀡􀀮􀀶􀀠 SINH --FAX The HNTB Companies Transmittal Mr. Jim Pierce OUle: 5/4/20114 Towne otAddi$on PuNo.: (972) 450·2837 Total Page$; 2 (Jncluding Ihi$ cover) Phone No.: (972) 450·2879 From: Jeny HoWer Phone No.: (972) 661·5626 I8J Action Please notify sender at (972) 661·5626 it page. are missing or ifthere is any transmi.sion difficulty, Message Origin.lletler It.. been sone undeecover and you ,hould teci:lve it wiihin , [(OW days. Thanky.,u Angel. Win kltr Admin. A"i,tant liNTS Corporation (972) 661·5626 (Office) (972) 661.%'14 (F••) awink1cr@hmb.c(fm &910 West Plano Parkway, Suite 200, Plano, Texas 75093 Voice (972) 661·5626· FlIO( (972) 661·5614 ZOlLO 7aZ'ON 􀀶􀁾􀀺􀀹􀁌􀀠70, 70/£0 'lL9£L992L6 SINH /-DT :t1 I j..(}r-JJ s 􀀮􀁦􀁾􀁰􀀠i 􀁔􀁾􀁾􀁾􀁘"* .d J. -fl If 􀀮􀀵􀀧􀁾􀀢􀀧􀀡􀀠1·-i;JcJ/-t .. 14 ft :> _ u is :J;I +-1,1'-1 􀁾􀀠J. .• i:; i,-;,. .;. iJ 1--/P -1. i .I, 􀁾􀀠.;. I:J-'/-/􀀻􀂱􀀳􀁾􀁐􀀮􀁬􀁨� �􀁊􀀳􀀠 :J,L -1 -P. J/-/.;. I). '/-/j....OT '"' ). :rp..iJ-4-7 p. i-I J, J/4 v I). f.,,.. t>::l. -(J.. '/).. t U 5"'•....(,..e".r:tl ,.'"]]/.. ... i 3 Y1;;;t 3 -IJ ">. .,. 13 -j;!;J.. 􀁉􀁾􀀠'/). -Ij.l, V,,J;;I -4 _ I), f I ( ;//+ :tL .3 -13 i /.. ... 1.3 i/-f :# -4 -I:; '/-/.;. is· /-ortJ;3 􀀮􀁊􀀢􀀮􀁾􀀠tJ i:t:! ;) _ J;l 3 i:l4 .?u- -f3 /.L r fJ '/.... J:t 3 -f) -Ii), .7/.j. $I: -4 -i :J-'l-/y.. J:J '/j.. ADDISON AIRPORT PAVEMENT RECONSTRUCTION TvnnT 􀁾􀁾􀁉 if 􀁮􀁾􀀢􀁁􀀺􀀴􀁮􀁮􀁮􀁎􀀠 UNIT SITE CONCRETE PRICE Bose Bid U.s. t Reconstruction -ADDITIONS Description UNIT SITE CONCRETE Written Unit Price PRICE 1 P-150-1 811 SY Remove Bituminous pavem_ e_n!s-;-;;;;-_____-l-__---:;;S200 ___-,;;;$""I,"'62"'2"'.Oa 2 P-152-l 405 CY Unclassified Excavation $2,835.0 􀀱􀀭􀀭􀀮􀁣􀀮􀀳􀁟􀁟􀁪􀁦􀀭􀁣􀁐􀀽 􀀭􀀭􀀳􀀢􀀧􀀰􀀴􀀭􀁾􀁬􀀫􀀭􀀭􀀸􀀺􀀮􀀺􀁬􀀮􀀺􀀮􀁬􀁟􀁟􀁪􀀭􀁾􀁓􀁙􀀠 .. <:ement Treated Base Course, 12" _...:::::;:;=I'-__􀁾􀀤􀀲􀀰􀀿􀀬􀀷􀀲􀀷􀀢􀀧􀀵􀀮􀀺.􀀺.(􀀺)"{ I 4 P-50l-l 811 SY 12IDcbPCCPavement,Non-Rein fmced $42.00: $34,062.00 􀀱􀀭􀁾􀀵􀁾􀁌􀁐􀁾􀀭􀁓􀁏􀁾􀁬􀀭􀁾􀀲􀁟􀀫􀁟􀁟􀁟􀁩􀁟􀁬􀁯􀀭􀀫􀀭􀀺􀀺􀁅􀁁􀁾􀁟􀁴􀀻􀀻􀁔􀀲􀁥􀁭􀁰􀁯􀀢􀀢􀀢􀀽􀁲􀁭􀁹􀀴􀀰􀀭􀁦􀁏􀁏􀁬􀁥􀁮􀁬􀁉􀁡􀁮􀁣􀁥􀀠 􀁓􀀳􀀬􀁏􀁏􀁏􀀻􀀻􀀮􀀺􀀮􀀧􀁏􀁏􀁾􀀫􀀭􀀻__-.. ;$:73,:;;:°0""°,..: 0;0:(,;;1 6 : P-SOl-3 3.5 DAY ICon,. .. ;,. " . ". .. " . '" , , ",. , . " .􀁾,􀁬 􀀠 ., .,: '; ..c. ,: " . ----,---, ., ," -􀁾􀀡􀀠 .,' -,-'., . . '. ,.' ',' ',' . " o 20 40 60 80 SCALE iN FEET LEGEND W/M fUll. IlEPTH PAIlEHENT BY OTHERS IIADDITIONAL PAVEM;:NT 0' CHA1N LINK rENeE .' ," , " . " :-􀁾􀀻􀀭 OR!GIN, AL LIMITS, OF 􀁐􀁁􀁖􀀱􀁾􀁇􀀠 , , ,,' ,. " " " ,. ',. ', . . ' . " ", , i '. '. ' . ,!;., . " , -' , -, , : '. 􀁾􀀧􀀠 , HNTB 9726615614 03/23 '04 16:03 NO.441 01/01 􀀱􀀺􀁉􀁾􀁩􀁩􀀽􀁊􀀠 Fax Transmittal To Bryan Piper Dale March 23. 2004 Firm Site Concete Tolol Pages 1 !lnc:lucfll1g this cover) Fax II 972-385-2257; 972-513-0661 Job Number o High Resolution From J. Nicewander o 􀁵􀁲􀁧􀁾􀁮􀁴􀀠 l'lease notify 􀁳􀁥􀁮􀁤􀁾 at 972-661-5626 ifpages are missing ot ifthere is any transmission difficulty. Message Bryan1 have revi.ewed your submittal for the P·501 specification. ntis submittal is approved contingent on the foHowing: • Provide test results for the delirious reacti.vity for aggregates (P-501.2.1) • Provide certification the aggregates contain 8% or less by weight of flat or elongated particles when tested in accordance with. ASTM D 4791 • Provide certification the Percentage ofWear for the aggregates is in accordance with ASTM Cl3l orC535 Please let me know if you bave any questions regarding this maner. Jenny Nicewander HTNBCorp. 972-661-5626 Co: Jim Pi.erce, Town ofAddison, 972-450-2837 Alan Sclunidt, TxDOT Aviation, 512-416-4510 Norris Cross, RPR, 972-385-2257 file 5910 West Nal1" Parkway. Suite lOa-Nan", Texas 75095 Voice (972) 661-5626. Fax (972) 661-56/4 Pre-Paving Meeting March 22, 2004 TxDOT Project CSJ No. 0318 ADDON • Sign in sheet • Contractor Submittal Requirements o Based on Construction Management Plan o MixDesign o Testing lab certification o Batch plant conforms to AS1£vf C 94 o Quality Control Program • Acceptance Testing and Sampling o Based on Construction Management Plan • Payment within limits (PWL) o P-SOl-26 -P-SOl-27 • Notams -Coordination with Lou when near the Taxiway ----"" Item Number P-155-2.1 P-155-2.2 P-155-2.3 P-155-2.5 P-157-2-4 P-304 P-304-2.1 P-304-2.2 P-304-2.3 Contractor Submittals TOWN OF ADDISON, TEXAS ADDISON AIRPORT PAVEMENT RECONSTRUCTION CONTRACTOR SUBMITTAL REQUIREMENTS Required Item Submittal Submit certification the hydrated lime meets the requirements of ASTM C 977. Submit Lime Treated Subgrade source and type of lime. Lime Slurry Submit test results for Residue Gradation. Submit certification of the Grade ofLime Slurry. Submit certification the mixing water meets the. requirements of AASHTO T 26 for non-• Water Ipotable water only. Submit certification the Type and Grade of bituminous material meets the requirements of Bituminous Materials P-155-2.5, Table 1. Submit certification the fabric meets the physical requirements listed in Specification P-157Filter Fabric for Silt Fence 2.4. Cement Treated Base Cement Submit certification the cement meets the requirements of ASTM C 150, Type I Submit certification the mixing water meets the requirements of AASHTO T 26 if non-Water potable is used. Gradation-Fine and Coarse Submit test results the aggregates meet the gradations shown in Specificaton 304-2.3 Table Aggregates when tested in accordance with ASTM C 136. 􀀭􀀭􀁾􀀠 -------------... Contractor Submittals Item Required Number Item Submittal P-304-2.3 Sulfate Content-Aggrejl;ates Submit test results of the sulfate quantity of the. aggregates tested in accordance with the requirements of ASTM C 295 if so directed by the Engineer. P-304-2.3 Atterherg Limits Submit test results of the aggregate plasticity index and liquid limit tested in accordance with ASTMD 4318. P-304-2.4 Bituminous Materials Submit certification for the Type and Grade of bituminous materials. P-401 Bituminous Pavements TxDOT 340.2 Coarse Aggrejl;ate Submit test results the aggrejl;ate gradation meets. the requirements ofSpecificaton 340.2(a). Submit test results the material meets the quality requirements ofSpecificatOn 340.2 Table 1. Submit test results for Mechicanically Crushed Faces tested in accordance with TEX-460-A. TxDOT 340.2 Fine Aggregate Submit test results the aggregate gradation meets the. requirements of Specificaton 340.2(a). Submit test results the material meets the. quality requirements of Specificaton 340.2 Table 1. TxDOT 340.2 Combined Aggregates Submit test results the materials conform to the Sand Equivalent Value requirements of Specification 340.2 Table 1. TxDOT 340.2 Mineral Filler Submit test results the mineral filler gradation meets the requirements. of Specification 340.2 I(d). TxDOT 340.2 Asphalt Cement Submit certification the material meets d.e requirements ofTxDOT Specification 300. TxDOT 340.3 Stability Submit test results showing the mix design stability meets the requirements of Specification 340.3 (3). ._ TxDOT340.3 Asphalt Mix Design Submit an asphalt mix design which conforms to d,e requirements of Specification 340.3. ,/1h.11 􀁾 J:& n-o:f 􀁾 1J451-􀁾r 􀁾􀁾􀀠 Contractor Submittals Item Required Number TxDOT340,3 Item Aggregate Master Grading ..... Submittal Submit test results showing the aggregate gradation of the ;0b mix formula meets the requirements ofTxDOT 340.3 (5) Table 2. Portland Cement Concrete 􀀮􀁾􀁾􀁾􀁾􀀠 P-501 Pavement P-501-3,1 P-501-3.4 /1//Jt!J WF0 , . 'WI \./Submit a concrete mix design which meets or exceeds the acceptance criteria in Specification 501-5,2, , Submit a certification the testing laboratory used to develop the mix design meets the requirements ofASTM C 1077. P501-2.1 Design Mix Testing Aggregates /1/---Submit test results for deleterious reactivity with alkalies in the cement tested in accordance with ASTM C 295. ASTM C 289. Submit certification the laboratory used for aggregate testing meets the requirements of ASTMC 1077. P501-2.1b Fine Aggregates V Submit test results the material meets the requirements for gradation shown in P-501-2.1 Table 1. --------P501-2.1c Coarse Aggregates J. I,.. I,.. 􀁜􀁊􀁾􀀭 ( Submit test results the material meets the requirements for gradation shown in P-501-2,1 Table 2. 􀁾􀁾􀀠 . 􀀨􀁾 ) Submit test results the aggregate meets the requirements for Deleterious Substances as shown in ASTM C 33 for Class 4M aggregate. -------------Submit certification the aggregates contain 8% or less by weight of Flat or Elongated Particles when tested in accordance with ASTM D 4791. 􀁾􀀮􀀠err-Submit certification the Percentage of Wear for the aggregates is in accordance with ASTM C 131 or C 535. P501-2.2 Cement I Submit certification the cement conforms to the requirements of ASTM C 150, Type I or II, ----------------Contractor Submittals Item Required Number Item Submittal PSOl-2.3 Cementatious Materials /J Submit certification the fly ash conforms to the requirements ofASTM C 618, Class C,F or PSOI-2.3.a Fly Ash N. Submit certification the slag conforms to the requirements of ASTM C 989, Grade 100 or P501-2.3.b Blast Purnace Slag 􀁜􀁊􀁾􀀠 200. 􀁾􀁾􀁾􀁾 ...... 􀁾􀁾􀁾􀁾􀁾􀀠 Submit certification the premolded joint fillerconforms to the requirements of ASTM D P501-2.4 Pre Molded loint Filler' lJ!'IIv«( 1752 Type II or Ill. . Submit certification the steel reinforcement conforms to the requirements ofASTM A 497 1'501-2.6 Steel Reinforcement 􀁇􀁾􀀠or A 184. -/Submit certification the mixing water confonns to the requirements ofAASHTO T 26 if 1'501-2.8 Non Potable Water non potable water is used. ...... 􀁾􀁾􀁾􀁾􀁾􀀠 Submit certification the materials for curing conform to the requirements of ASTM C 309, ,/1'501-2.9 Materials for Curing Type 2, Class. B. 1'501-2.1 Admixtures /Submit certification the air entrainment admixture confomls to the requirements of ASTM 1'501-2.10.a Air Entrainment C260. /P501-2.10.b Chemical Admixtures Submit certification the chemical admixtures conform to the requirements_gJ 􀁁􀁾􀀺􀁲􀀮􀁩􀁜􀁩􀁉􀁃􀀠494. Submit certification the Epoxy Resin conforms to the requirements of ASTM C 181 Type 1'501-2.11 Epoxy Resin 􀁾􀀠I, Grade 3, Class C. 􀀮􀁾􀁾􀁾􀁾􀁾􀀠 1'-501-3.1 Mix Design ./Submit a concrete mix design which meets or exceeds the acceptance criteria in P-501-3.1 Concrete Mix Design Specification 1'-501. /Submit certification the laboratory used to develop the concrete mix design meets the P501-3.4 Testing Laboratory requirements ofASTM C 1077. 1'501-4.1.a Batch Plant v Submit certification the batch plant meets to. the requirements ofASTM C 94. .....1'.501:4.l.b(2) ____ Central Plan t Mixer V Submit certification the central plant meets to the requirements ofASTM C 94. I Contractor Submittals Item Required Number Submittal P501-41. b(3) Item Truck Mixers IJt Submit certification the truck mixers meet to the requirements of ASTM C 94. PSOl-4.1.b(4) Non-Agitating Truck 􀁾 􀁾􀀠Submit certification the non-agitating trucks meet to the requirements of ASTM.C:__<;I4._.. 􀁾􀁾􀀠A Quality Control Plan shall be submitted which shall contain all the elements of General Contract Provision Section 100, Contractor Quality Control Program and shall further P50l-6.2 Qualitv Control Testing incorporate all rquirements of Specification P-50l-6.1,6.2,6.3 6.4 inclusively. P-603 Bituminous Tack Coat P·603-2.1 Bituminous Materials Submit certification the bituminous materials meet the requirements ofP-6032.1, Table 1. Pipe for Storm Drains and 0-710 Culverts 0-710-2.2 Pipe Submit certification the pipe meets the requirements of 0-710-2.2. Submit test results the pipe meets the strength rquirements of Specification 0-710-2.3 and 0-710-2.3 Concrete conforms to the requiremenst of ASTM C 94. 0-710-2.4 Rubber Gaskets Submit certification the rubber gaskets meet the requirements of Specification 0-710-2.4. Submit certification the cement conforms to the requirements of ASTM C 150, Type r. 0-710-2.5 IJoint Mortar Sand must confor to ASTM C 144. 0-710-2.7 1 Joint Fillers Submit certification the joint filler conforms to. the requirements of ASTM 0 1190 .. Submit certification the plastic gaskets confonn to the requirements ofASTM M 198, Type Plastic Gaskets B. Submit certification the materials for compression joints conform to. the requirements of 0-710-2.9 .. c:ompression Joints ASTMC 425. 0-710-2.8 ------------------------Contractor Submittals Item Required Number Item Submittal P-6Z0 Runway and Taxiway Painting Submit manurncturer's certified test results all materials meet the specifiClltion requirements. --------Manholes, Catch Basins, Inlets D-751 and Tranch Drains. --------------------------D-751-Z.1 Brick ., Submit certification the brick conforms to the requirements of ASTM C 32, Grade SM. Submit certification the cement conforms to the requirements of ASTM C 150, Type I. 0-751-Z.Z Mortar Sand shall conform to ASTM C 144. D-7S1-Z.3 Concrete Submit certification the concrete conforms to the requirements of Specification P-61O. 0-751-2.4 Precast Concrete Rings Submit certification the precast rings conform to the requirements ofASTM C 478. D-7S1-Z.5 Corrugated Metal Submit certification the corrugated metal conforms to the requirements ofAASHTO M 36, D-751Z.6 Frames, Covers and Grates Submit certification the frames, covers and grates conform to all specifications 􀁯􀁦􀁉􀀩􀀺􀂷􀀺􀀱􀀮􀁾􀀱􀀳􀀮􀀶􀀠 Submit certification all materials meet the requirements shown in Specifications T -904T-904 Sod Z.1,2.3,2.5. M:\JOBS\37365-Addi50nAP\􀁑􀁕􀁁􀁌􀁉􀁔􀁙􀁜􀁛􀁁􀁤􀁤􀁾􀀤􀁯􀁮􀀠Airport CONTRACTOR SUBMITTALS1.,ds)Sbeetl Acceptance Sampling and Testing TO\VN OF ADDISON, TEXAS ADDISON AIRPORT PAVEMENT RECONSTRUCTION ACCEPTANCE TESTING AND SAMPLING REQUIREMENTS ----------Item Test Test Test Number Item Required Specification Frequency lvI-101 Mobilization None lvI-l02 Maintenance of Traffic None P-150 Demolition None P-152 Excavation and Embankment One per 3000 SY or fraction P-152-2.2 Excavation Compaction ASTlvI 0698 thereof One per 3000 SY or fraction Field Density ASTM D1556 thereof P-152-2.6 Embankment Compaction ASTMD698 One per 500 CY Field Density ASTlvI D 1556 or One per 500 CY ASTM D2167 or One per SOD CY ASTMD2922 One per 500 CY lvIoisture Content ASTlvI D3017 or One per 500 CY ASTlvI D2216 One per every 200 P-152-2.9 Smoothness 16' Straightedge longitudinal feet 1'-155 Lime Treated Subgradc Acceptance Sampling and Testing Item Test Test Test Number Item Required Specification Frequency One per 1000 SYor minimum of 4 per day's P-155-3.2 Tolerances Percent of Lime and Water production, P-155-6,3b Final Mixing Clods P-155-6.3b Table One per 200 Tons P-155-6,4 Compaction Laboratory Density ASTMD698 One per Source Optimum l'vlDisture ASTMD698 One per Source One per 1000 SY or ., minimum of 4 per day's Field Density ASTMD2922 ! production ------------One per 1000 SY or minimum of 4 per day's Moisture Content ASTMD3017 !production One per 200 longitudinal feet and minimum flve per day's P-155-6.5 Sur£,ce Tolerance Smoodmess 16' Straight Edge I productoll P·155·6.6 'lhickness Core or Depth Check aile per 300 SY Pollution, Soil Erosion and Siltation P-156 ContTol None P-304 Cement Treated Base P-304-3.1 Cement Laboratory Molds ASTMD560 Two per Design Mix Compressive Strength ASTM 1633 Two per Design Mix P-304·4.6 Compaction Laboratory Molds ASTMD558 Two per Design Mix One per 500 SYand minimum of 4 per per days . Field Density '---.A.STM 01556 or IproductOIl ... Acceptance Sampling and Testing Item Test Test Test . Number . Item Required Specification Frequency One pec 500 SY and minimum of 4 per days ASTM D2167 or producton One pec 500 SY and minimum of 4 per days ASTMD2922 producton One pec 500 SY and I minimum of 4 per days Field Moisture Content ASTMD3017 producton ----------P-304-4,7 TIlickness Core or Depth Check One pec 300 SY, ----------One per 200 longitudinal feet and minimum five per day's P-304-4,9 Surface Tolerance Smoothness 16' Straightedge producton P-401 Bituntinous Pavements Asphaltic Material TxDOT 340,2(1)(d) Tack Coat Conformance TX DOT Spec, 300 One per Source Design Mix Submittal Conformance One per Design Mix Test Method TEX-207-F TxDOT 340,3(2) Laboratory Density and 227-F One per Design Mix Two per 500 Tons and Method TEX-227-For ,Minimum 3 per days TxDOT 340,6(6)(a) Percent Air Voids TEX-207-F Iproduction TxDOT 340.6(6)[a) Rolling Pattern 􀁔􀁾􀀬􀁻􀀭􀀲􀀰􀀷􀀭 􀁆􀀠 One per Designlli!-",- Acceplllnce Sampling and Testing Item Test Test Test NUlnber Item Required Specification Frequency P-501 Port/and Cement Cnncrete Pavement P501-4.11 Final Strike-Off P501-4.11.[ Straight Edge Test Smoothness 􀁾􀁖􀁜􀀧􀀩􀀠 16' Straight Edge One every 8' Longitudinally P501-S.1 Material Acceptance . 􀀨􀁈􀀮􀁾􀀠 ASTM D3G65 ASTM P501-5.La Fle,,:ural Strength 􀁓􀁡􀁭􀁰􀁬􀁩􀁊􀁾􀀠 􀁾􀀠nJCl72 Two per sublot of 200 CY ASTM C31 and ASTM Testing C78 Two per sublot of 200 CY P501-S.1.b Pavement Thickness 􀁎􀁾􀀠ft\U?\ illnJr.J..J?* ASTM D 3665 and ASTM Cores TIlickness 􀀧􀁩􀁐􀀺􀀺􀀺􀁍􀀭􀁾􀀠 C174 One per sublot of 200 CY P501-5.2.e Acceptness Criteria P-501-S.2.e(3J . Smoodmess 16 ' Straight Edge One every 25' Longitudinally Horizontal and Vertical P-501-5_2.e(4) Grade Deviation from Plan Control Elevations One every 50' Longitudinally 1'-501-5.2.e(5J lEdge Slump One every 50' Longitudinally P-SOl-S.2.e(6) Dowel Bar Alignment One every 50' Longitudinally ----P501-6.2.c Mix Slump ASTM C143, ASTM Cl72 One per Sublot of 200 CY ASTM C231, ASTM C173, Air Content ASTMCI72 One per Sublot of 200 CY Unit Weight ASTMC138 One per Sublot of 200 CY Acceptance Sampling and Testing Item Test Test Test • Number Item Required Specification Frequency i P-701 Pipe for Storm Drains and Culverts I , 1'701-2.3 Concrete for Cradles Strength ASTMC94 One per Source . M:\10􀁂􀁓􀁜􀁾􀀷􀀳􀀶􀁓􀀮􀁁􀁤􀁤􀁬􀀤􀁯􀀮􀁮􀁁􀁐􀁜􀁑􀁕􀁁􀁌􀁉􀁔􀁙􀁜􀁩􀁁􀁤􀁤􀁩􀁾􀁯􀁮 Airport.Acceptanee Sampling >lt1d T esting2.xbJSheet 1 TABLE 3 PRICE ADJUSTMENT SCHEDULE 1 . .. . ... . . , . ........ . . . .' .. ..' .' ••• 􀀺􀁐􀁥􀁲􀁧􀁾􀁮􀁴􀁡􀁧􀁥􀁯􀁦􀁍􀁡􀁴􀁥􀁮􀁡􀁬􀁗􀁬􀁴􀁨􀁭􀀠Speclfkation .. ...._' .......·.·.:.Limits(PWL}· ,.' .' '.. ... 96-100 90-95 75-90 55-74 Below 55 Lot Pay Factor (percent ofContract Unit -. Price).. -....... 1061 PWL+ 10 0.5PWL+55 L4PWL 12 Reject 2 1 Although It IS theoretIcally possible to achieve a pay factor of 106 percent for each lot, actual payment in excess of 100 percent shall be subject to the total project payment limitation specified in paragraph 501-8.1. 2 The lot shall be removed and replaced. However, the engineer may decide to allow the rejected lot to remain. In that case, if the engineer and contractor agree in writing that the lot shall not be removed, it shall be paid for at 50 percent of the contract unit price and the total project payment limitation shall be reduced by the amount withheld for the rejected lot. Payment will be made under: P-501-1 12 Inch PCC Pavement, Non-Reinforced ..................................... per square yard P-501-2 12 Inch PCC Pavement, Reinforced ............................................. per square yard P-501-3 12-15 Inch PCC Pavement, Non-Reinforced ............................... per square yard P-501-4 12-15 Inch PCC Pavement, Reinforced ........................................ per square yard P-501-5 8 Inch PCC Pavement, Non-Reinforced ....................................... per square yard P-501-6 8 Inch PCC Pavement, Reinforced ............................................... per square yard P-501-7 8-10 Inch PCC Pavement, Non-Reinforced ................................. per square yard P-501-8 8-10 Inch PCC Pavement, Reinforced .......................................... per square yard P-501-28 METHOD OF MEASUREMENT 501-7.1 Portland cement concrete pavement shall be measured by the number of square yards (square meters), of each thickness, of either reinforced or non-reinforced pavement as specified in place, completed and accepted. BASIS OF PAYMENT 501-8.1 GENERAL. Payment for accepted concrete pavement shall be made at the contract unit price per square yard (square meter) adjusted in accordance with paragraph 5018.1 a, subject to thc limitation that: The total project payment for concrete pavement shall not exceed 106 percent of the product of the contract unit price and the total number of cubic yards (cubie meters) of concrete pavement used in the accepted work (See Note 2 under Table 3). Payment shall be full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings, except for saw-cut grooving. a. Basis of Adjusted Payment. The pay factor for each individual lot shall be calculated in accordance with Table 3. A pay factor shall be calculated for both flexural strength and thickness. The lot pay factor shall be the higher of the two values when calculations for both flexural strength and thickness are 100 percent or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either flexural strength or thickness is 100 percent or higher. The lot pay factor shall be the lower of the two values when calculations for both flexural strength and thiekness are less than 100 pereent . For each lot accepted, the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. Payment in excess of 100 percent for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay factor less than 100 percent. P-501-27 Sign in Sheet TxDOT CSJ No. 0318ADDON Pre Paving Meeting 22-Mar-04 􀁾􀀭 􀁾􀀠 􀀧􀁾􀁦􀁉􀀠,I.L,.. 􀁊􀁊􀁁􀀱􀁔􀁾􀀠 'tu. 6(, I S.f," ! 3 :.< 􀁾... /-"A r"j.. <.,";!.-, '17a -?ft'. --C ?:>􀁾 ( -;y".V , -I ''"B ,"""'if So fTc.. 7./'1 27..G 2.0//i 5 􀁴􀁶􀀱􀀮􀁁􀀮􀀢􀁬􀀲􀀺􀀭􀁙􀁾􀀱􀀠J 􀁾􀀠 ; , u-1, ,CAl 972.··444--",-, 􀁾􀀠: 6 , ) WYl (./i.f:W..p '""/Kt,,"(1 £f AddJ4" q17 I.HiD -287'1 I 7 􀀻􀁶􀀮􀀮􀁾􀀧􀂷􀀢􀁩􀀧􀀢􀀠 E, C r.",;·.f tej,,? 􀁾􀀼􀀧􀀢􀀠 e",,> 􀁾􀀠1"I·).;l6. ::1,,5'J.8 i 8 Alcu" Sc.v..",,;J,+ Tx.poT AVIJ 800/687-􀀴􀁳􀁾􀀵􀀠 9 h ...."'" e"u,//.<),/.c_' 97Z ,.., ->1:5 J"'i 10 􀁾􀁴􀁬􀀧􀀭,􀀬 􀁊􀀻􀀢􀀬􀂷􀀢􀀠 􀁾􀁦􀀬􀀮􀀠S I"V'l i 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 i 28 29 •i 30 HNTB 9726615614 03/15 '04 13:16 NO.248 01/03 I: j 􀁾 i i ::J Fax flu. IINTfJ C9'"ltII,d,),e Traosmi.ttal To 􀁾􀁉􀁍􀀿􀁣􀁡􀀮􀁥􀁥􀀠 Date March 15,2004 Firm Tofa1 Pages 3. Ilncluding this cover) Job Number o High Resolution From o Urgent Ple3!>e lI.otify sender aI972·661·5626 if pages are missing or if there is any ITllnsmis.\,iOfJ difficully. Messoge 5910 West Plano Parkway, Suite 200· Plano, Texas 75093 Voice (972) 661·5626' Fax (972) 66J·5614 I HNTB 9726615614 03/15 '04 13:16 NO.248 02103 eN'!' BY: .JXOOTi 9724249457 ; MAR·!5·04 15:08; PAGE ua I: i I i I Sll:E' CONCRETE, INC 3340RDy Ott [1I..... Gnrndl'miri<:, TX 1S0S042O'1 r f March IS. 2004 ,;, JeMy Nicewander. P.E. HNTB The HNTB Companies 59!() W. Plano PKWY, Suite 􀁾􀀠 Plano, 'IX 75093 ! i . •, I RE: Addison Airport, TI:DOT CSJ No. 0318ADDON I f I· f 97l-313-lm3 • 􀁒􀀦􀁊􀀼􀀹􀀱􀀲􀀮􀀮􀁳􀁉􀀳􀀰􀀰􀀸􀁾􀀠 i'AIIDWIne Aoo. IT/M\j.(J661 Site Concrete would like 10 submit the fl)lIowing infonnalion for an 􀁾􀁴􀁥􀁮􀁳􀁩􀁯􀁮􀀠to colltract time. 'I''he odginal bid required the total project to be finished within 154 􀁾􀁉􀁥􀁮􀁤􀁡􀁲 days, Apron "A" 􀁥􀁯􀁮􀁾􀁩􀀤􀁬􀁩􀁮􀁧􀀠of 84 calendar days and the remaining 70 designated for the various lIq8rS. The n:ason for the Cl«en$ion is as follow$: 1. The original bid did not have Class IV RCP with Neoprene Gasket. It takes roughly 4-6 wooks for the pipe to be manufactured and delivll%'llld. Therefore, WI) bad wwail for tbe pipe ; to Ix! mi!dc and delivenxl. All soon 􀁉􀁉􀁉􀀮􀁾􀀠Ihe pipe WII5 delivered, it was Installed. ! i 2. The second reason for an extension. The originlll bid did not have us working with or I· atO\U\d iIIluthcr contractu[. Site Concrete, Inc. bas had W joggle the tence from our property i 10 fritl).l.8ys. which coS! US time:. For instance, II&r CnnstrulOto[ll poured the Apron lOoncrete they could not have tbe fence On Frito-Lays property. We had to allow it to rest on our side ofthc project, that in whi<::h. cost us time gfl!t1.ing that area to final grade. 3. The third reason for an exteJlsion is the exira concrete found in tbe Southwest comer uf the Apron_ 1t was roughly 272 sy and took us an 􀁾􀁡 3 !4 -4 days to remove. The rcaSOJl C()r taking 􀁾 lung is tbe concrete _ 18"-20" thi\:k and unmnforced. 4. The fourth reason for an Clttenaion is the dilemma on the straight line in the back of the building. We waited Cor Il week to see ifthut wOlild be aooepted or not. Meanwhile we were working on the main part of tho:> Aprol) hut could not finish the fine grading around the i, extra area. I j. { 5. The fllIBl reason /hr an extension is we have had 1m unusual "mount of rain. According to the 􀁎􀁾􀁴􀁬􀁏􀁬􀁬􀁡􀀱􀀠Weather Service. the [)allasl Ft. Worth area normally gels around 5-6 inches I,., of rain during the first 3 months. The _nt ofticial rainfilll OII.lculalioll is 8.39 􀁩􀁮􀁣􀁢􀁥􀁾􀀠with ,. more un the WIly. 􀁔􀁨􀁡􀁴􀀧􀁾􀀠Iln 8V¢1'8/o1e "f3 indles m(.re than 􀁵􀁾􀁵􀁡􀁉􀀮􀀠 I 􀁾􀀧􀀮􀀠 I. e, HNTB NT BY; 'T){OOT; 9726615614 -,-,'-9724249457; 03/15 '04 13:16 NO.24B 03103 􀁍􀁁􀁾􀂷􀀱􀀵􀂷􀀰􀀴􀀠15;09; 􀁐􀁁􀁾􀁾􀀠􀁾􀁉􀁾􀀠 Site Concrete, Inc. has tried our hardest to keep tbe schedule and completion dll!e of April 15'" for Apron"A". We do bave lIOme suggeSliOftll Oil making up time, but that will have to come with the I1f11'l1"Ova\ 01' the Bngineer and TxDOl'. Should YOl.llulve any questiun ple8,e filcl fu:e to cllll me at 214·226-1822. Sincerely. 􀀬􀀭􀁾􀁾􀀭􀀭􀀭 Bryan Piper EstimlitorfProject Manager Enolosures Copy: Bob Kosmicki March 18, 2004 Mr. Jim Bowman Jim Bowman Construction Company, L.P. IIII Summit Avenue, Suite I Plano, Texas 75074 Re: Airport Parkway Relocation Mr. Bowman: After a visit to the project site this week, it was noted that your paving ends before the rence/mow strip located next to the airport parking apron. According to the Airport Parkway contract documents you are responsible for paving this area and installing the electric gate and loop detectors. As shown in the specifications, the loop detectors are to be located on both sides of the gate, which requires the removal ofthe concrete mow strip. As stated in the plans, the gate and motor will be provided to you by Mr. Dave Foster. Alliahor and materials for the installation ofthe gate is your responsibility. 1f you would like to discuss this issue further, please contact me on Monday, March 22 at 972-661-5626. Sincerely, HNTB Corporation Jerry D. Holder, Jr., P.E. ; , -' ' 2 ;;. I --.--Addison Airport • Addison, Tx • ID Jan 25. '04 I Feb . '04 I Feb 1\. 1M IFe" i5 '6, ,22. '0' I Feb 29, '04 I •M"r21 , '04 ITe,' Name DUffillQn Sian 􀁾􀁩􀀰􀀴􀀠TIF'S:SIM! 'lwl'IFlslslM Tlw TIFI51 !:FfSTs!>.! flw f.Fls' ,IMITIW F IS ISM IW , I F I SIS ! I F IS 1 ! 154 edays Fo 1123104 􀁾􀀠 􀁾􀀠 􀁾􀀠 " . .. ", 2 , , 3 : Mobihzation!Setup Apron "A" 9ed.ys Fri 1123104: Sun 2/1104 • • Layout 3 edays Mon 212104 • Thu 2/5/04 􀀱􀁾􀀴􀁾􀁀􀀱􀀠 , 5 Erosion Control 3 edsys Mon 2121041 Thu 21510' 􀁉􀁾􀁾􀁾􀁉􀀠 1 6 Temp, GaI.eJConst Entrance I 3 edays Mon 212104 Thu 215/04 􀁉􀁾􀁾􀁆􀀬􀁾􀁉􀀠 1 , I Thu 215104 1 , , 7 1Tr.fficl 3 edays Mon 212104 􀁾􀁪􀀠 I I ! I ! i 8 Sawcutting :2 edays Thu2l5l04 Sst 217/04 􀀱􀁬􀁩􀁩􀀡􀁾􀀱􀀠 i [ • , , 1 . 9 3edays Mon 2I9Itl41 Thu 2112104 I, 10 Excalll:lfiOl1 i 3 erlays Sun 2115104 􀁉􀁭􀀭􀁾􀀠 I i , i 11 17 eaays Mot! 21161ll' TIll,! 3/4/04 i , 'fSl! i Sun 3/14/0' I 1 I I I 12 !lime (AllSlde I 10 ed.ys Thu 3/4104 , , 􀁉􀁬􀀡􀁬􀁾􀁾􀁾 : , I 13 eTe (Alrslde 8. LandSi"e) 10 edays Mon 3115J()4 Thu 3/251{)4 I , ! i !iit if FlSi!Btt....= f¥#jfSll$d1 1 I ! 14 Conc. paving (Ail'Slde 8. Landside) 15 edays Fri 419104 , , , I j i I . i i , 15 Asphalt Paving IAirsid. & i 4 edays Fri41910. Tue4113104 ! i I , ! ! 1 16 Soddin9 ! 2 edays T TOu,"5104 I , I I I I I I 17 Final Apron "A10 edays ThO 411510'1 Sun '125/0' , : • , 18 i ! i 1 1 I , ,i i 19 if 'n.....' '" Q, C' 2edays! s.i·.117104 , , i , Ii [ i , 20 Layout 2 edays 5a141111O. ! , ! 21 Erosion Control ;.: edays ThO 4115104 Sat4i17/O. I • , 122 Ham,,, 2 adays Th" 4I151il4 Sat 4/17104 : I 23 Sionn . .... ,'A&C' • edays Man '/19/0. Fri 4123104 , 1 1 24 Tamp. Asphalt 2 edays Fri 4(23104 Sun 4125/04 25 (Phase I) 2 edays Mcn4!26104 Wed 4/28/04 26 I Removal (phase I) 2 edays Wed 4/26104 Frt4130104 27 (phase I) 3 edays Fri4!30!04 i 28 crB (Phase I) Hangar "A & S* 7edaysi Mon 513/04 Mon 5110/04 i I I 29 Cooc. Pavin9 (phase I) 7 edays Mon 5/11104 : I I 30 {Phase I} 3 edays Mon 5/17104 1, 31 Saweutting {Phase 1I) 2 edays Thu5J20104 i ! I 32 Pavement ill) 2edays Fli 5/2110. I i i 33 Excavation (PhaSe II) 3 edays Mon5J24/04 Thu 5121104 , 34 ,v,e\c".,. II) h.",.., 􀁍􀁾􀁡􀀧􀀠 7 adays! Thu 5127104 Thu 613104 I I 1 3S Cone. Paving {Phase II) 7 edays Too 613104 . 36 Asphalt Paving {Phase II) 3edays Thu6l10104 Sun 6113/1)4 37 Sodding 2 edays Man 6/14104 WedSf16104 38 , Final Inspection Qedays Wed 6116104 i Pmject Addison Airport Task 􀁾 Progress Summary , .... Rolled Up Sptit Rolled Up Progress Project Summary 􀁾􀀭􀁾􀁈􀀧􀁾􀀠 Date: Fn 2/27104 Split Milestone • Rolled Up Task 􀁬􀀱􀁬􀁩􀁬􀁾􀀠 Rolled Up 􀁾􀀩􀀢􀀢􀀧􀀢􀀧􀀧􀀧􀀧􀀠 Ex1emal" I:;:', "," " I "'" I Page' Addison Airport Addison, Tx: 􀁉􀁾􀁉􀀠􀁉􀁾􀁾􀁉􀀠 ! I 􀀱􀂧􀀵􀁾􀀲􀁾􀁾􀁾􀀠 􀀱􀀧􀁩􀁴􀁻􀁾􀀱􀀠 􀁲􀁾􀀧􀀡􀀬􀀬􀀱􀀠 1f¥¥f'61 􀀱􀁪􀀡􀀧􀀻􀁋􀁾􀀱􀀠 􀁉􀁾􀀠 I Project Addison Airport Date: Fri 2127104 Task Split !iii " , " 􀁾􀀠 " " " Progress Milestone • Summary Rolled Up Task •1m! • 􀁦􀁾􀀠ROiled Up Split Rolled Up Milestone " , " " , " , " 0 Rolled Up Progress External Tasks 􀁬􀁾􀁾􀁾􀁾􀀺􀀢􀀿􀁾􀁩� �􀁩􀀺􀁾􀀮􀀬􀀻􀀬􀀷􀀺􀀱􀀠 Projec1 SummalY ;; HNTB 9726615614 03/15 '04 08:24 NO.228 01/02 I:I􀁾􀁬􀁩􀀢􀀢􀁊􀀠 Fax 􀁔􀁨􀁾􀀠 IfNTD Cc.t"'I'IJtlif!1 Transmittal To N,Oe.e\'S -",1-1-38o; -220;-,.. Dote March 15, 2004 Firm 􀁾􀁬􀁦􀁯􀀮􀁉􀀮􀀠 􀀻􀀾􀁜􀁾􀀠-,",1-2. %0 -'2.'05,. Total Pages "2-(Including fhls cover) 􀁾􀁥􀁷􀀮 􀁾􀁾􀁴􀀭􀁜􀁜􀁜􀀩􀁔􀀠 Sl"Z -4110 -4510 Fox It Job Number 􀁾􀀱􀀴􀀳􀀮􀀠 o High Resoh)fion o Urgent Please notify sender at 972·661·5626 􀁩􀁦􀁰􀁾􀁧􀁥􀁳􀀠arc m.issing or ifthere is any transmission diffi.culty. Message 􀁾􀁾 􀁾 TH{q J S$uf) 7tftS CYJ ... )910 Wesr PlaJIo Parkway, Suite 200· Plano, Texas 75093 Voice (972) 661·5626· Fax (972) 661.5614 HNTB 9726615614 03/15 '04 08:24 NO.228 02/02 Jenny Nicewander From: Jerry Holder Sel!t: Friday. March 12. 20046:08 PM To: Jenny Nicewander Co: Michael Ebeling Subjeet: Concrete Pavement Section· Addison Airport Jenny, please 1ax the following to Norris when you get in on MOnday. For 111<') new area of concrete paving north 01 Frito·Lay hangar. Instead of toe section in the plans, we will do the following, 12" PCCP (P·501); over 12" Cement Treated Sase (P·304); over 95% std. proctor compacted subgrade, Michael Ebeling was on the phone with Bryan Piper and I for this discussion. Thanks, Jerry " II . . ..... .􀁴􀀧􀁾􀀺􀀧􀀠 !I f/A4(jj; .􀁾􀁔􀀶 . q/(JTJ Ii .. . 􀁾􀀮 iI II .... . .[j' I (!f I!􀁃􀁤􀀮􀀻􀁴􀀮􀀮􀀮􀀮􀀡􀁾􀀭􀁉􀀺􀀬􀀺􀁴􀀮􀀮􀀢􀁣􀀮􀁦􀁴􀀡􀁉􀁽􀁩􀀴􀀧􀁲􀀭􀀭􀀾􀁾􀁾􀀠 . ,Z. 2) g.:z. !'" . I') I lIar 􀁾􀀩􀀬􀀭 I I .-'..,...' ..-. . .... -.... 2..... .7.. t.. .'Z.... . iMf Uj'_l'. I 􀁾􀀱􀀡􀀠QJ'S .o-d "}. I .... . IitI . As? It ll. .. 'JJ£ 􀀮􀁾􀁫.. -I-If, 2-0 59J() W. PJlfIlfJ Jt,rkll'll), I : I 􀁾 i i -1 ARCHITECTS ENGINEERS PLAN'l"ERS juf((I;Jf)O 75V9J (97:1) 66J.56J6 FAX (972) 661·5614 March 8, 2004 Mr. Bryan Piper Site Concrete 3340 Roy Orr Boulevard Grand Prairie, Texas 75050 SWEEPER AT ADDISON AIRPORT, TXDOT CSJ NO. 0318ADDON Dear Bryan: I have reviewed your letter dated March 5, 2004 regarding the referenced topic. I have discussed the situation with our local RPR and he has informed me the site is being kept clean with the strategy you have proposed in your letter. It is imperative the site be kept clean of all loose debris at all times in order to protect equipment and people using the airfield. Daily sweepings should continue to occur along with any sweepings our RPR may request at any time. It is our understanding your proposal will result in no additional cost to the Contract. Very truly yours, HNTB CORPORA nON 􀀱􀀱􀁾􀁾􀁾􀀠 Director of Municipal Services IDH/apw c: Norris Cross Jim Pierce -Town of Addison Alan Schmidt -TxDOT M:\JOBS\37365.AddlsonAP\COMMMTGSILETIERSIIJ4()308Plper·ltr.doc The HNTB Comprllllt!$ UfI'K.b..\LE.'(A;'':IJIlLl. ",\, 􀁁􀁘􀁾􀁁􀁉􀀧􀁭􀀬􀁉􀁾􀀮􀀠 􀁾􀁊􀁉􀀩􀀮􀀠 ,\I'L\,'tiA, G.\. 􀀮􀀧􀁬􀁬􀁊􀁾􀁔􀁉􀀺􀀭􀀻􀀮􀀠 TS, lIAl'O:X I{OL.:l;f.. 􀁌􀁾􀀠 nOSTOI'<, :lIA. 􀁃􀁈􀀬􀁜􀁉􀁉􀁾􀁅􀀵􀁔􀁏􀁎􀀮􀀠SC, LIi.\HtI!STo.". 'X"V. CHICJ.t,O Ik cu,nu;'<;o. Oli cot.nlll1'.'_ 1111: IJAtU;'. 1-:\. IlIiM'£lt, cu 􀀱􀀩􀁾􀀺􀁔􀁬􀁬􀀨􀀩􀁉􀁔􀀬􀀠 \11, 􀁅􀀡􀁊􀀧􀁉􀁎􀁾􀀮􀀠\'i'"\'. rAlRFIf.Ln, "jl IT \\'ORTH. 1"1:. HUITfO!t!), CT; HOlqON. n. ,"01 ,;-. W0US. IN, 􀀱􀁒􀁜􀀱􀁾􀁛􀀬􀀠C\, 􀁋􀁾􀁎􀀢􀀭􀁜􀁾􀀠1'11';-. \10, I\\O'\\ILLF-T'\". 􀁌􀀬􀁜􀀢􀀬􀀧􀁾􀁉􀁍􀀧􀀬􀀠 .\11, LOS 􀁟􀁜􀀻􀀾􀀻􀀨􀀬􀁦􀁌􀁦􀁾􀀬􀀠 Co\: 􀁌􀁮􀁬􀀧􀁌􀁾􀁜􀀧􀁉􀁌􀁴􀀮􀁉􀀡� �􀀠 "Y..\I.\!)I!\:OI-i. \'iL "U.-\,\lI. 􀁾􀁌..\I!LW,\I'I\ZI:, I.'CL ,\It''l;o.;r.,\:'()-tIS. MN. NA"!I\·IUt. TN, "it'" 􀀧􀀨􀀩􀁾􀀻􀀮􀀻􀀠 "iY; (1-\h.L\\\).'-' ()Ht.",:o.':l,J, 1'1, U\EkL\Ml l'"m;, 1-.:. l'lS.\IOI'1'll \Ifnl:,,;\;, 1'''. 1"l)klT.,\NIl. MF. l'i)I\11..\)\I), OK. IlAl.t:.(t'H :sc. 􀁾􀀧􀀬􀀠LOlliS. 􀁾􀁉􀁉􀀩􀀠 􀁍􀁌􀁔􀁌􀁜􀁾􀁴􀀺􀀺􀁣􀁲􀁲􀁲􀀬􀀠liT; -"AS ,"'i"TONli). T'i. 􀁾􀁁􀀻􀁯􀀮􀂷􀁉􀁬􀁅􀁡􀀺􀁳􀀮􀁜􀁉􀁴􀁪􀀩􀁎􀁏􀀮􀀠C\ 􀁾􀀭􀀭􀁜􀁾􀀬􀀠 􀁈􀀻􀀧􀀬􀁜􀀢􀁃􀁬􀁾􀁃􀁻􀀩􀀮􀀠C,\, 􀀬􀁾􀀮􀀭􀁖􀀧􀁊􀁜􀁬􀁾􀁉􀀬􀀮􀀠C,\ 􀁾􀁦􀀬􀀭􀁲􀁮􀀮􀁲􀀠 WA. TA'W', 􀁾􀁌􀀬􀀠TotUX, 011. 􀁗􀀢􀁜􀀮􀁾􀁉􀁈􀁍􀀧􀁔􀁏􀁎􀀮􀀠j) t: 4..TOWN OF ADDISON, TEXAS 􀁾􀀠 ADDISON AIRPORT PAVEMENT RECONSTRUCTION 􀁾􀀠 􀁾􀀠 CONTRACTOR SUBMITTAL REQUIREMENTS Item Required Number Item Submittal P-155-2.1 Lime Treated Subgrade Submit certification the hydrated lime meets the requirements of ASTM C 977. Submit source and type of lime. 1'-155-2.2 Lime Slurry Submit test results for Residue Gradation. S1.tbmit certification of the Grade of Lime Slurry. P-155-2.3 􀀭􀁾􀁾􀁾􀁾􀀭􀁾􀁾􀀠 P-155-2.5 Water Bituminous Materials Submit certification the mixing water meets the requirements of AASHTO T 26 for nonpotable water only. Submit certification the Type and Grade of bituminous material meets the requirements of P-lS5-2.5, Table 1. P-157-2-4 Filter Fabric for Silt Fence Submit certification the fabric meets the physical requirements listed in Specification P-157 􀀲􀀮􀀴􀁾􀀠 1'-304 Cement Treated Base P-304-2.1 Cement Submit certific"tion the cement meets the requirements of ASTM C 150, Type I P-304-2.2 Water Submit certification the mixing water meets the requirements of AASHTO T 26 if nonpotable is used. Submit test results the aggregates meet the gradations shown in Specificaton 304-2.3 Table 1 when tested in accordance with ASTM C 136. ---................P-304-2.3 Gradation-Fine and Coarse Aggregates 1If41lC/'/Bi ;:"Co 1 ------Item Required Number Item Submittal Submit test results of the. sulfate quantity of the aggregates tested in accordance with the P-304-2.3 Sulfate Content-Aggregates requirements of ASTM C 295. if so. directed by the Engineer. Submit test results of the aggregate plasticity. index and liquid limit tested in accordance with P-304-2.3 Atterberg Limits ASTMD4318. P-304-2.4 Bituminous Materials Submit certification for. the Type and Grade of bituminous materials. P-401 Bituminous Pavements TxDOT340.2 Coarse Aggregate Submit test results the aggregate gradation meets the requirements of Specificaton 340.2(a). Submit test results the material meets the quality requirements of Specificaton 340.2 Table 1. Submit test results for Mechicanically Crushed Faces tested in accordance with TE."X-460-A. i TxDOT 340.2 Fine Aggregate Submit test results the aggregate gradation meets. the requirements of Specificaton 340.2(a). Submit test results the material meets the quality requirements of Specificaton 340.2 Table 1. 1. Submit test results the materials. conform to the Sand Equivalent Value requirements of TxDOT340.2 Combined Aggregates Specification 340.2 Table 1. Submit test results the mineral filler gradation meets the requirements of Specification 340.2 TxDOT 340.2 Mineral Filter I(d). TxDOT 340.2 Asphalt Cement Submit certification the material meets the reguirements ofTxDOT S[:ecification 300. Submit test results showing the mix design stability meets the requirements of Specification TxDOT 340.3 Stability 340.3 (3). TxDOT 340.3 Asphalt Mix Design Submit an asphalt mix design which conforms to the requirements of Specification 340.3. Item Required Number Item Submittal 􀁾􀁾􀁾􀀢􀀠 TxDOT340.3 Aggregate Master Grading Submit test results showing the aggregate gradation of the job mix formula meets the requirements. of TxDOT 340.3 (5) Table 2. -------P-501 􀁦􀀭􀀭􀁾􀁾 􀁾􀀠 􀁾􀀠􀁾􀁾􀀭􀁾􀁾 􀁾􀀠 Portland Cement Concrete Pavement --------􀁐􀁾􀀵􀀰􀀱􀀭􀀳􀀮􀀱􀀠 ---------Submit a concrete mix design which meets or. exceeds the acceptance criteria in Specification 501-5.2. 􀁐􀁾􀀵􀀰􀀱􀀭􀀳􀀮􀀴􀀠 Submit a certification the testing laboratory used to develop the mix design meets the requirements ofASTM C 1077. Desil!1l Mix Testing P501-2.1 Aggregates Submit test results for deleterious. reactivity with alkalies in the cement tested in accordal1ce with ASTM C 295 ASTM C 289. 􀀮􀁾􀁾􀁾􀀠􀁾􀀠 􀁾􀀠􀁾􀀠􀁾􀀭􀁾􀁾􀁾 􀁾􀀠 P501-2.1b Fine Aggregates Submit certification the laboratory used for aggregate testing meets the requirements of ASTM cIon Submit test results the material meets the requirements. fot. gradation shown in P-501 􀁾􀀲􀀮􀀱􀀠 Table 1. P501-2.1c Coarse Aggregates -------Submit test results the materiaL meets the 􀁲􀁥􀁱􀁵􀁩􀁲􀁥􀁭􀁥􀁮􀁴􀀬􀁾􀀠for gradation shown in P-501-2.1 Table 2. Submit test results the aggregate meets the requirements for Deleterious Substances as shown in ASTM. C 33 for Class 4M aggregate. ---Submit certification the aggregates contain 8% or less by weight of Flat or. Elongated Particles when tested in accordance with ASTM D 4791. Submit certification the Percentage of Wear for the aggregates is in accordance with ASTM C 131 or C 535. Submit certification the cement conforms to the requirements of ASTM C 150, Type I or II. 􀀭􀀭􀀭􀀭􀀭􀁾􀀠 P501-2.2 Cement ------------------Item Required Number Item Submittal P501-Z3 Cementations Materials Submit certification the fly ash conforms to the requirements of ASTM C 618, Class C,F or P501-Z.3.a FlyAsh N. Submit certification the slag conforms to the requirements of ASTM C 989, Grade 100 or PSOI-Z.3.b Blast Furnace Slag ZOO. --------Submit certification the . premolded joint fillerconforms to the requirements of ASTM D PSOl-2.4 Pre Molded Joint Filler 175Z Type n or III. Submit certification the steel reinforcement conforms to the requirements ofASTM A 497 PSOt-2.G Steel Reinforcement or A 184. ---------Submit certification the mixing water conforms to the requirements ofAASHTO T 26 if P501-Z.8 ------Non Potable Water non potable water is used. Submit certification the materials for curing conform to the requirements of ASTM C 309, P501-Z.9 Materials for Curing Type Z, Class B. P501-Z.1 Admixtures P501-Z.10.a Air Entrainment P501-Z.1O.b Chemical Admixtures PSOI-Z.11 Epoxy Resin Submit certification the air entrainment admixture conforms to the requirements of ASTM CZ60. Submit certification the chemical admixtures conform to the requirements of ASTM C 494. Submit certification the Epoxy Resin conforms to the requirements of ASTM C 181 Type I, Grade 3, Class C. P-501-3.1 Mix DesiWI Submit a concrete mix design which meets or exceeds the acceptance criteria in P-501-3.1 Concrete Mix Design Specification P-S01. Submit certification the laboratory used to develop the concrete mix design meets the PSOl-3.4 Testing Laboratory requirements ofASTM C 1077. PSOl-4.1.a Batch Plant Submit certification the batch plant meets. to. the requirements of ASTM C 94. P501-4.l.b(2) Central Plant Mixer Submit certification the. central plant meets to. the requirements ofASTM C 94. --------------Item Number PSOl-4.1.b(3) Truck Mixers Item ... P501-4.1.b(4) « Non-Agitating Truck 1'501-6.2 Quality Control Testing P-603 Bituminous Tack Coat 1'-603-2.1 Bituminous Materials D-710 Pipe for Stonn Drains and Culverts D-710-2.2 Pipe D-71O-2.3 Concrete D-710-2.4 -----Rubber Gaskets D-710-2.5 D-710-2.7 IToint Mortar iJ 0 int Fillers D-710-2.8 Plastic Gaskets D-710-2.9 Compression Joints Required Submittal Submit certification the truck mixers meet to the requirements ofASTM C 94. Submit certification the non-agitating trucks meet to the requirements ofASTM C 94. A Quality Control Plan shall be submitted which shall contain all the elements of General Contract Provision Section 100, Contractor Quality Control Program and shall further incorporate all rquirements of Specification 1'-501-6.1,6.2,6.3,6.4 inclusively. SubE'it c:ertification the bituminous materials meet the reguitements of1'-6032.1, Table 1. Submit certification the EiEe meets the reguirements ofD-710-2.2. Submit test results the pipe meets the strength rquiremcnts of Specification D-71 0-2.3 and ! conforms to the rcguiremenst of ASTM C 94. Submit certification the rubber goaskets meet the requirements of Specification D-710-2A. Submit certification the cement conforms to the requirements of ASTM C 150, Type L Sand must confor to ASTM C 144. i Submit certification the joint filler conforms to the reguiremcnts of ASTtv( D 1190 .. Submit certification the plastic gaskets conform to the requirements ofASTM M 198, Type B. • Submit certification the materials for compression joints conform to the requirements of ASTMC425. i ----------------Item Required Number Item Submittal P-620 Runway and Taxiway Painting Submit manufacturer's certified test results all materials meet the specification requirements. Manholes, Catch Basins, Inlets , D-751 and Tranch Drains. II 1 D-751.2.1 Brick Submit certification the brick conforms to the reguirements of ASTM C 32, Grade. SM. Submit certification the cement conforms to the requirements of ASTM C 150, Type 1. D-7S1-2.2 Mortar Sand shall conform to ASTM C 144. D-751-2.3 Concrete Submit certification the concrete conforms to the requirements of Specification P-610. D-751·2.4 Precast Concrete Rings Submit certification the precast rings conform to the requirements of ASTM C 478. D-751-2.5 Corrugated Metal Submit certification the corrugated metal conforms to. the requirements of AASHTO M 36. D-7512.6 Frames, Covers and Grates Submit certification the frames, covers and g::ates conform to all sEecifications of D-751-2.6 Submit certification all materials meet the requirements shown in Specifications T-904T-904 Sod 2.1,2.3,2.5. C\Documents and Settings\jholder\Loc:al Settings\Ternporary Internet Files\OLK8\[Addison Airport CONTRAcrOR 􀁓􀁕􀁂􀁍􀁉􀁔􀁉􀁁􀁉􀀮􀀮􀁴􀁩􀁾􀁾􀀤􀁬􀁓􀁨􀁥􀁥􀁴􀁬􀀠 -.h .J,.-􀁾 􀁲􀀭􀁾􀀠 " 􀁾􀀮􀁾􀀬􀀭􀀭 h0 􀁾􀁾􀂭 􀁾􀁳􀀠􀁾􀀠􀁾􀀠􀁾 􀁜􀁊􀁲􀀭􀁾􀁾􀀠 b 􀁾􀀱􀁙􀀱􀁍􀁍􀁾􀁾 􀁨􀁸􀁴􀁾􀀠 􀁾􀀴􀁾􀁾􀀠 --------------------SITE CONCRETE. INC. PROPOSAL To: HNTB 03/03/04 5910 W. Plano Pkwy, Suite 200 Site Job # 23-133 Plano, Tx 75093 TxDot CSJ No. 0318ADDON Attn: Jeny Holder, JR, P.E. We propose to furnish all labor, materials, and equipment necessary to construct, as an independent contractor, the following described work: LOCATION: Addison Airport Change Order #2 for Apron"N DESCRIPTION Deducts 1 Milling Bit Pavement 1 112" depth APPROX. 410 SY @-$10.00 SY -$4,100.00 2 BIt. Surface Course APPROX. 34 TONS @-$100.00 TONS -$3,400.00 3 Bn. Tack Coat APPROX. 61 GAl @-$20.00 GAL -$1,220.00 Subtotal Deducts: -$8,720.00 Additions: 1 Remove Bit Surface Course 3"-4" APPROX. 811 SY @$2.00 SY $1,622.00 2 Unclassified Excavation APPROX. 405 CY @$7.00 CY $2,835.00 3. Ume Treated Subgrade APPROX. 811 SY @$1.70 SY $1,378.70 4 Lime5% APPROX. 9 TONS @$85.00 TONS $765.00 5 Cement Treated Base APPROX. 811 SY @$12.50 SY $10,137.50 6 12" PCC Paving, Non Reinforced APPROX. 811 SY @$42.00 SY $34,062.00 Subtotal Adds: $50,800.20 Total Change for Change Order #2: I $42,080.20I Note: This does not Include the tie In to existing HMAC. That will be delermlnded after the type of connection is decided upon by HNTB. ACCEPTED: BY: DATE: BANK REF: SITE CONCRETE, INC. 3340 ROY ORR BOULEVARD GRAND PRAIRIE, TEXAS 75050-4207 972-313-0733 FAX #972-513-0825 ESTIMATING FAX #972·513-0661 Page 1 of1 HNTB 9726615614 03/02 '04 11:56 NO.986 01/04 I: I., i i =J Fax flu: IfNTR CIIIHpallit. Transmittal Dal'e q 􀀨􀀩􀀳􀀯􀁯􀁴􀀮􀁾􀁲􀀮􀀠 Firm "$w.. 􀁾􀀠4././; (.1>'\ Totol Pages 1-Oncludlng !hls cover) Fox//. Cj7'Z -4':b -21'31 Job Number o High Rasolu!lon From o Urgent Please notifY sender aI972-661-5626 ifpages ar.e missing or iflh_ is any tronsmission difficulty, Messoge J;1I1/all 4U 􀁾􀀠le'V1 kJll( 􀁾 10 􀁲􀁴􀁤􀁾􀀮􀀠 5910 W""I Plano Parkway, Sui/a 1()0 • Plallo, Texas 75M3 Voice (972) 661-5626' Fax (972) 661-:)614 9726615614 03/02 '04 11:56 NO.986 02/04 HNTB 􀀱􀀺􀁉􀁾􀁩􀀠i=J Me.",,)' Jr.>1-l.􀁑􀁡􀁴􀂷􀁉􀁬􀁾􀀧􀀠􀁾􀁬􀂷􀀧􀁴􀀬􀀼􀀠 Job Number 􀁔􀁢􀁾􀀠allrn 1:11"'11*_"'. 􀁃􀁬􀀱􀀮􀁣􀁫􀀮􀁾􀀠by Dale .i"ooo Total Eligible Amount-------------------------$ $ 2,574,700.00 , I, )'fO, DOo $ ',!7;t(;,oIlIMJII ...... $31,611 􀁾􀀠 $6227..-$9532 .-$ 60,000$ 15,000 ' $ 14,280 􀁾􀀠 $ 3,448 ' $ 1,440.00 -$ 􀁩􀀡􀁾􀀷􀀬􀁑􀁑􀁑􀀠r 15"1,600 S l,1l7,l1a,1I9 --i '/iJ -So211,'731'.59 ;(' Sponsor's share of eligibles @10%I 􀁲􀀳􀀱􀀵􀁾􀀳􀀮 8"0 Ineligibles Item 1 D701-2 12" Rep $5011f for $10,200 $ 18,000.00 or Item 2 D751-2 Type B inlet $3500 ea for $7,000 Item 3 Neenah R-3475 $400 ea for $800 'tol, 􀀵􀀧􀀢􀁾􀀳􀀮􀀠8'0 Total sponsor's share-----------------------------:--:--:-=---, -'!!S􀁾􀁈􀁾􀀹􀀧􀁴􀀬􀀹􀁾􀀳􀀱􀀡􀀢􀁦􀀮􀁾􀀳􀀡􀁴􀀶=-_-.J Jim Pierce From: Alan Schmidt [ASCHMIDT@dotstate.lx.us] Sent: Tuesday, February 17, 2004 12:44 PM To: Jim Pierce Subject: Airport Project 􀁾􀀠 LJ bid tab CO for 1i' Job 􀁎􀁵􀁭􀁢􀁥􀁲􀀤􀁾􀀠 Sheet Number "-J Checked by Backchecked by Date Date 􀁪􀀳􀁾􀀴􀀺 (I IJjJl/􀁾􀀭􀁲􀀨􀁊􀀠 ... :275,(5 C;J 􀂷􀁬􀁾􀀭􀁓􀁌􀁴􀁪􀁩􀁖􀁬􀀱􀀩 ... · .. 􀁾􀀨􀀬􀀱􀀠dd. 􀁾􀁩􀀢􀁴􀀿􀀨􀀭􀀧 􀁉􀁪􀀮􀁁􀂷􀁢􀁬􀂷􀁾􀀬􀁊􀀺 /.; e'£1y;-:J_ .. 􀀺􀁟􀀮􀀺􀁾􀀮􀁾􀀮􀀺=..... 1.1 􀁾􀁩􀀺􀁏􀀧􀁓􀁆􀀠Xa,£; If 􀁾􀀧􀁾􀁉􀁏􀀬􀀧􀀼􀁴� �􀀮􀀺􀀺􀂷􀁚􀀩􀀩􀁣􀁾.. 11 ':l.lyJ{f ., .. . -... ", .,. L.'f.'.zl. :-; ........ 􀀳.􀁾.'.S.'., ·..f. r 􀁾􀀠 . u.·.'1.. ... :-'.'2. 􀁾􀁴􀀺􀁐􀀠kIf' .... .. ---􀀺􀀭􀀭􀀭􀀭􀀮􀀭􀀮􀀭􀀭􀀺􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀮􀀠 -.. __._"􀀮􀀫􀀯􀁾􀁬􀀯􀀮􀀮􀀠􀀶􀁾􀁴􀀧􀁾􀁾􀀱􀁾􀁾􀀢􀁾􀀮􀀠 .tll· 􀀮􀁾􀀠..._ .. . . ..... ...__ . ·--··t;17"C.. .. .. . "".., 􀀮􀁾􀀮􀀠 ...if 􀀭􀀧􀁾􀁾􀁾􀀮􀀠􀁾􀀠􀀱􀀶􀀮􀁾􀁏􀁮􀀧􀂷􀀬􀀭􀀰􀂷􀀱􀀧􀂷􀀬.. . , . ___ L _. ___ ••____ •__ __• _____ 􀀮􀁟􀁾____ ._ • _______ • ,_____ ". _______ ___J,---. _' 􀀮􀁾􀀠 􀀮􀁟􀁾􀀮􀀠 ®. C9/tl;'􀀼􀀿􀀧􀁾􀁦 J)f z!!I. .􀀨􀁴􀁾􀁨􀁡􀀬􀁫􀁊 ...".. .. _.j/"$to 􀀡􀁦􀀧􀁲􀀺􀁲􀁉􀀧􀀱􀁾􀀠.... '.. , _ .._.,,,. ,,-.","-".". -" -. 􀁾􀁾􀀮􀀠 -... 􀁾􀀯􀁏􀀠􀀮􀀱􀁢􀁾􀀠 I:,1 􀁾 i i=J Made by ,. .' 􀀮􀁬􀀭􀀱􀀯􀁾􀀺􀁲􀁌$"., , , "0_-f3;?p# 1/. ,'""., '_... 􀀢􀁇􀀲􀀮􀁰􀀧􀀲􀀬􀁾􀀬􀀠," 􀀬􀀮􀀭􀁪􀁩􀁾􀁩􀀵􀂷􀀮􀀢􀀬􀀠 􀀧􀀧􀀧􀀧􀁮􀁾􀀻􀀧􀀻􀀧􀀧􀀠 .. ,'340: ' , .. " .\J.N.-C,lJ%$ 􀁾􀁾􀀸􀀼􀀮􀁬􀀺􀀺􀀺􀀬􀀮􀀬􀀬􀁾􀀮􀀧􀁊􀀭􀀬 􀀮􀁾􀀻􀀠 ," 􀀭􀁾􀀮􀀢􀀢...-., ...--. ---,_. , 􀀢􀀧􀁟􀀧􀁟􀀧􀁾􀀧􀁟􀀢􀀬􀀠 .. -r----. --_........:. ---;--.. 􀀭􀁾􀀭, 􀀮􀀭􀀭 \ I ----l \ \, \ I " o 20 4. 60 80 PHASE II -WalK IN THIS PHASE WILL START UPCN Ca-fI'lETlON 􀁾􀀺􀀻􀁝􀀧􀀠 AND BE COJ4lLETEO WITHIN TO CALENDAA DAYS. THE WCRK INCLUDES THE \ \ \ \\ I'Ll..uOEO IN THIS PHASE IS THE REMOVAL (If EXISTING ASPHALT SCALE tN FEET CONSTRUCTION (f THE: REMAlNING PORTIai ex: THE: CC'»iCRETE PAvEM::NT ON E , ';"VE>£NT ON THE WEST""" sauTH SIDES (If HA/!GAR 'C'.wJ REPLACEMENT \ SOOTH AND WEST SIDES ex: HANOAA 'C' THAT w!oS CONSTRuCTfD DURING PHAS \ \\, WtTH CONCRETE PAVEfo£'NT. IN atOER TO MAINTAIN ACCESS TO THE MAINTENANCE I. THE CONTRACTOR WILL MAlHTAIN ACCESS TO THE MAINTENANCE FACIl.ITY \ 􀁾􀁁􀁃􀁬􀁌􀀮􀁲􀁔􀁙􀀠 AT THE NORTH 00 a: HANGAR ·C'. THE WORK IS QIVIDED INTO TWO 􀁾􀁔􀁈􀀠ex: i'iAN'J/£NT ON PORTIONS Of THE SOOTH AND WEST SlOES C1' HANGAR 'C'. THE , \ \ CONTRACTOR WILL MAINTAIN ACCESS TO THE MAlNTEN1HCE FACILITY NORm CF HNiGAA \\ \\ \ \ 'C'fOR AIRCRAfT UNDER TOW. AIRCRNT MOVEMENTS '.IllL Be: COOOOtNATEO WlrH THE \ \\, \ CONTRACTOA. ALL WORK IN THIS PHASE WILL ee: 􀁃􀁏􀁾􀁌􀁅􀁔􀁅􀁄􀀠WITHIN 84 C;4LENOAR \ \ \ DAYS. PRIOR TO THE START CF 􀁾 IN THIS PHASE. Not ArRCRAfT HANGARED IN THE I WEST HALF CF HANGAA 'C'WLL BE TEt.'PCftAAILY RELOCATED. BARRICADES WILL BE \ \ \\ \ INSTALLED ARO,JND THE LlfoHTS or: THE WORK AN) N..ONG TAXllANE 'R', WORK IN THIS PHASE WILL INCLUDE WORK ON THE. RNoF AND HANGARS 'A' AND '6'. \ • \ \ \" I \ \ \\ \\ \ \ \ \ \ \ \ \ \ \\\ \ GRATf! l\lET \ I MAINTENANCE :: 5l6.9;' \ \ 􀁴􀀻􀀢􀀬􀁜􀁾􀀮􀀠 FACILITy H' E t 􀀡􀁩􀁪􀀮􀀱􀀮􀁲􀁩􀀴􀁾􀀠 ,.\ .... \ .. \"'''\ '\􀁾􀁾􀀠 COVERED AIRPLANE PARY...t;I., .. I .. 􀁾􀀭 ':.\ ..:;..... ""1\,''"2. t>"L I "'-....----I eMf fenc. . e-,l'"Ii,. \, LCC«TRACTOR TO MAINTAIN ACCESS TO THE Ml>JNTENANCE I e 􀁾􀀠"'/-II> 􀁾􀁜􀀠 \ FACILITV NORTH Of HmoAR "e" AT ALL TiMES. ( 􀁦􀁲􀀧􀁭􀁾􀀠//)(;" .A 􀁦􀀧􀀻􀀺􀁫􀁾􀀬􀀮􀀠􀁾􀀧􀂷􀀧􀀰􀀭 I 2. CONTRACT(;ft SHJlLL CONSTRUCT TEWORARv HAUL ROUTE. , ., VI I":. , \ CONSTRUCTION SHJ<.1.. BE OF ASPHA!. T OR CRUSHED STO,"" \ IF CRUSHEO STCf.lE: IS USED. MINIM.lM DIAMETER (:f 2-INCH ROCK \ SHAlL at:: REOUIREo. THICKNESS (f HAUL ROM:! SHAlL BE /\ OfTERM!NEO BY THE C<).tTRACTOR. MATERlALS 1ft) LABeR TO I 􀁃􀁏􀁏􀁎􀁓􀁔􀁒􀁕􀁃􀁔􀁾􀀠MAINTAIN. REf.«)VE. CRACE' ANt) 500 HNJL ROAL) AREA I SHAlL OOT BE' A SEPIRATE PAY ITEM. SUT SHALL. ee CONSIOERED \ SUBSiDIARY TO ITEM M-t01 MOBILIZATION. \ LIGHTED BARRICADES \ \ 3. A TEWORAAY GATE SH/U. BE CONSTRUCTED AlONG AJRPORT I PARKWAY AT THE HAUL ROPD LOCATION. THE CArE SHflU. ae: OF 􀁾􀀻􀀺􀀻􀀺􀀻􀀺􀀺􀀺􀀬􀀺􀀺􀀺􀁾􀀠 NIGHT wORK IN THIS !>R£.A To 8:€ DCtl£ I 􀁾􀁜 It-lE SAME HEICHT MO MATERiAl JtS THE 􀁾􀁔􀀱􀁎􀁃􀀠FENCE. DURINC TAXILANE CLOSURE ON!..Y MATERIAlS AND LAlOR TO 􀁃􀂢􀁎􀀺􀁓􀁔􀁒􀁕􀁃􀁲􀁾􀀠MAINTAIN. AND REMOVE \ \ HANGAR 'C' I" \ THE TEI-'PORARY GATE. ALONG WfTH THE: 􀁦􀁩􀁅􀁾􀀠Cf' THE FENCE I I PHASE I ---CONSTRUCTlCtI PHASING PI-AN AFTER THE CATE IS REMOVEO SHAlL NOT BE\"" SEPARATE PAY ITEM. \ BuT SHALL BE CCt-SfOEREO $UBSI01N{Y TO ITEM 1-1-101 t.mILIIATION. rxx>§£NT RECC+lSTRUCTION \ \ Cf" }fIROO 'A' ANO HANGARS 'A', 'S' #40 'C' \ \ \ HANGAR 'C' GRADING, \ DRAINAGE AND SW3P PLAN \ \ DRAINAGE AREA M.AP \ TOWN OF ADDISON. TEXAS NOT TO SCAlE \ \ 􀁾􀁾􀁌􀀭___________________________ ________________________________________________________________________________________________________________________________________________________􀀭􀁌􀀧􀁾􀁾􀀽􀀢􀁾.. 􀁾􀁾􀁾􀁾􀀮􀁾􀀢􀁾􀁾􀁾􀁾􀁾􀁾􀀮 􀁾􀀬􀁾􀁾􀀬􀁾􀁾􀁾􀀬􀀽􀁵􀁾􀀢__􀁊􀁟􀀽􀀲􀁾􀀴􀁟􀁊􀀠 NO. OATE REVISICI'i '1PPffCN. --I I I ;, 1 L j 􀀭􀁾􀀠 􀁾􀀠 ..... I If' -:r 1-....J-.; I, , , I i I o "T o r'l o N o o Ln + o o N o r'l I I I 1, , 1,• o r'l o N o o o o N o r'l o "T o o + o o en LD o o en LD o o LD r'l N en en r'l V) V) V) V) V) V) ---I' I I I , ,\ ..􀁾􀀠 _. ! ! i, II I ! ! I I ! I ,I 'I ) 􀁾􀀠 􀁾􀀮 -r-..--1---.-.-I I ! J " r ! I I ! ! ! ! I I ! , I ! , I I I ! I o or'l r'l o oN N o oUJ o o + o + N N o oo oo oN N ! o or'l r'l I , I 􀁾􀀠 I 􀁾􀀠 􀁾􀀬􀁳􀀮􀀠 , ! ! I ! I I I I I I I I ! . I , I I , , , I I ! I o "I I o LJ') o LJ') r'l N \.D \.D ! I o LJ') o r'l \.D ----I i J0:> 􀁾􀀠1\ \ " /I I I I I ! • o '" o n o N o o o o N o n o '" o tn 􀁾x􀀠􀁾􀀠", ,-) ! f \ II ( I I I I I II o L.() + iYJ ! I I o n o N o o o o N o n o '" o In o o + iYJ o o tn o o tn In n N tn n N .::n 􀀭􀁾􀁉􀀮􀁔􀀮􀁉􀁴􀀡􀁾􀁎􀁣􀁣􀁮􀀮􀁴􀁢􀁒􀀧􀀩􀀴􀀹􀁬􀁫􀁁􀀠 • ._􀀭􀀮􀁡􀁤􀁾􀁇􀁵􀁨􀀺􀀴􀁾􀀠afootl'l")\ o\ 􀁾􀁴􀀢 P',...,. .. C..P-50t4 • !!dd 11 SY liMb. PCC f'avemmt. 􀁾 iWnfoR:od .. 􀁴􀁴􀁥􀁣􀁡􀁐􀁾􀁉􀀮􀀶􀀠 􀂷􀀮􀀮􀀺􀀡􀁤􀁉􀀲􀀱􀁓􀁙􀁬􀁩􀁯􀁣􀁨􀁐􀁃􀁃􀁾􀁩􀁗􀁭􀁬􀀱􀁬􀁬􀀢􀁕􀁤􀀠 -' ,. Nnr JIua 􀁾􀂷􀁬􀀠 􀀮􀁂􀁾􀁾􀁃􀁯􀁵􀁭􀁔􀁾􀁾􀁬􀁴􀁤􀁤􀁬􀁴􀁉􀀺􀁉􀁄􀁉􀀠 .. Ntwlttta D-7f1-% • I'"C!au IV JtCP .t4 2$ LF HA:aprB ,. 'flu J'..4(JW • Bltuiuilxuts...r-Co_Thmpenq hva:nmlllldd 9 RmJ "lfaVI T·ilU-l • SodQIIa:lIM 105 BY E. JIl.IU1btIo!1fnddaw:IUC(lpe/prujml1n:al ,p"; 􀁾􀁴􀀢􀀠fttk-¥J,.;,..t ""om. 􀁾􀀧􀁴􀀧􀀬􀀮􀀮􀀬􀁾􀁷􀀮􀁦􀀱􀀮􀀮􀀬􀁵􀁟􀁦􀁎􀀢􀀢􀁾__ .. lttGtlSP-ll-􀁮􀁾􀀴􀁯􀁷􀁮􀁳 oot.-kdiDlbit nx.j\lIlItll'om.pbIli:J« ttll'CmOYt Ibttn liT...., .. 􀁟􀀱􀁒􀁭􀁟􀁣􀁲􀁴􀁩􀁣􀀺􀀺􀁩􀁰􀁬􀁢􀁊􀁦􀁬􀁬􀁣􀀺􀁬􀁩􀁄􀀦􀁩􀁄􀁴􀁨􀁾􀀱􀁉􀁉􀀧􀁉􀁉􀁌􀀠 􀁐􀁃􀁴􀁬􀁰􀀨􀁬􀁴􀁬􀀺􀀧􀁬􀁑􀁲􀁬􀁴􀁜􀁾􀀱􀁢􀁯􀀠 1IlIiic1patr., "BI>, and "C" TxDOT CSJ No. 0318ADDON Addison, Texas Addison Airport January 14, 2004 9:00 a.m. 1) Introductions TxDOT Addison Airport Staff Town ofAddison Staff Site Concrete and Sub-contractors HNTB Corporation Project Resident Project Representative (RPR) Testing Firm -Mas-Tek 2) Airport Operations a) Safety i) Aircraft in Hangars ii) Aircraft on Taxiways (1) Aircraft movement is a priority b) Emergency Numbers c) Driving School d) Impacts or concerns i) Contractor will be in continuous contact with the tower. ii) Fences and gates will be either locked or watched by contractor at all times iii) Work next to Trw "A" -night work. 3) Schedule & Construction Notes a) Project Schedule 154 calendar days i) Apron (1) Frito-Lay Construction (2) Airport Parkway Relocation Construction (a) Electric Gate -Loop installation (b) Change in number oftie-downs ii) Hangars -Coordinate with Airport Staff (3) Hangar "A" pavement modifications (4) Hangar "B" pavement modifications (5) Hangar "c" pavement modifications M:IJOBSI37365·AddisonAP\COMMMTGSIMEETINGSlPre·Con Meeting Agenda 04-01-14.doc 1 'j: I􀁾􀁩 i-J ike HNTB Companies 4) Construction Issues a) Staging Area b) Dust Control c) Clean-up on a daily basis d) Lighted barricades -maintain batteries in lights. e) Signs -secure to resist winds from weather and aircraft. £) Concrete specifications and requirements g) Contractor Quality Control Program h) Night work will be coordinate with RPR, Dave Foster, and Air Traffic Control Tower. 2) Administrative Items a) TxDOT will be administering the contract b) Notice To Proceed c) Sets ofplans provided to Contractor d) Bonds e) List of Sub-contractors i) DBE Participation = 7% £) Submittals g) As-Builts -Keep good records 3) Open Discussion (Question & Answer) ·-k't)'kEot I. PI 􀀦􀁕􀁾􀀠 M;\JOBS\37365-AddisonAP\COMMMTGS'JvtEETfNGS\Pre-Con Meeting Agenda 􀀰􀀴􀁾􀁏􀁬􀂷􀀱􀀴􀀮􀁤􀁯􀁥􀀠 2 I: I􀁾 i i -J The. liNTS Companies Pre-Construction Meeting Agenda Pavement Reconstruction of Apron "A" and Hangars "A", "B", and "C" TxDOT CSJ No. 0318ADDON Addison, Texas Addison Airport January 14,2004 9:00a.m. 1) Introductions TxDOT Addison Airport Staff Town ofAddison Staff Site Concrete and Sub-contractors HNTB Corporation Project Resident Project Representative (RPR) Testing Firm -Mas-Tek 2) Airport Operations a) Safety i) Aircraft in Hangars ii) Aircraft on Taxiways (I) Aircraft movement is a priority b) Emergency Numbers c) Driving School d) Impacts or concerns i) Contractor will be in continuous contact with the tower. ii) Fences and gates will be either locked or watched by contractor at all times iii) Work next to T/W "A" night work. __ -Jv 􀁾􀁾􀁾􀀮n 3) Schedule & Construction Notes a) 􀁾􀁲􀁯􀁪􀁥􀁣􀁴􀀠Schedule 04calendar 􀁤􀁡􀁾􀀠 1) Apron/' 􀁾-II [Y"'-'V 􀁾􀁪􀁊􀀠 Wd ric §j 􀁾􀀬􀀷􀀩􀀮􀀬􀀠 􀁲􀀮􀀭􀀭􀁾􀀠 (1) Frito-Lay Construction (j (2) Airport Parkway Relocation Construction (,t.1;1. cr(a) Electric Gate -Loop installation (b) Change in number of tie-downs ii) Hangars -Coordinate with Airport Staff (3) Hangar "A" pavement modifications (4) Hangar "B" pavement modifications (5) Hangar "c" pavement modifications M,IJOBS137365-Addi5QllAPICOMMMTGSIMEETrNGSlPre-Con Meeting Agenda 04-QJ-J4.doc I I: I􀁾 i i -1 The HNTB Companies 4) Construction Issues t -\zt In, A ri-,p _.--1 A a) Staging Area --1'''-􀀧􀀨􀁾􀀼􀀠1"'-'''VV'V'i b) Dust Control ' c) Clean-up on a daily basis d) Lighted barricades -maintain batteries in lights. e} Signs -secure to resist winds from weather and aircraft. . f) Concrete specifications and requirements g) Contractor Quality Control Program h) Night work will be coordinate with RPR, Dave Foster, and Air Traffic Control Tower. 2) Administrative Items a} TxDOT will be administering the contract b) Notice To Proceed c) Sets of plans provided to Contractor d) Bonds e) List of Sub-contractors i} DBE Participation = 7% f) Subruittals g) As-Builts -Keep good records 3) Open Discussion (Question & Answer) M,IJOBS137365·Addis onAP\COMMMTGS\MEETINGSIPre·Con Meeting Agenda Q4'{)1·14.doc 2 .s:Lo/Tl I Vl 􀁾 􀀨􀁾􀁾􀁆 􀁾􀁃􀁃􀁉􀁨􀀠 􀁾􀀣􀀺􀀭􀁌􀀠 1-/"t-OLi,I ;Va 􀁾􀀠 􀀬􀁾􀁾􀁾􀀠 P􀁉􀁾􀀮􀀠 􀁾􀁬W\ l.evt-e.-. 'f::lr1(:,.f.-fJJ.l 􀁾􀂫􀁬􀀠 qn-4fl0-287'T 􀀬􀁾􀀶􀀱􀁩􀀭 􀁾 \es WlJ1,{oUI\-􀁾􀀠􀁱􀀷􀁾􀀠� �􀁱􀁺􀀠M.'Sb -L1-!N 􀁾􀁬􀀧􀀱􀁬􀁣􀁅􀁁􀁁􀁎􀁉􀀺􀁂􀁩􀁌􀀭 􀀡􀁾􀀱􀁢􀀠 en 􀁾􀀠(PZB 31lfi I 􀁾􀁡􀀮􀁬􀀭􀀮􀀧􀀱􀀿􀁾􀁷􀀠 􀁾􀀫􀁥􀀠􀁃􀀧􀁤􀁫􀁥􀁾􀀠 1(7a--􀀳􀀨􀁾􀀭􀀰􀀷􀀳􀀬􀀠 l.BobI76SH{Ql( -..5rrr:CoI'llCJ!.raF,IIJC, (ilZ) 977-'1770 (CCa_) i lilctn 'Schtf1: d+ T\(l):r;T, 4VtJ 8fYO/b87 -4-5:(,,8 i pUNfilc.f /VA pdeo tv !Vi It s -TG I( q1,Z-7e'7 7 3 8'1 8+-e(ie v\. 􀁾􀁪􀀠 􀀯􀁜􀀩􀁾􀀬􀁾􀀭 Tel" . 􀁣􀁬􀁾􀀷􀁊􀀺􀀩􀀠1/70( 1/)3'6,-/c) ,"-. 􀀱􀀱􀀿􀁩􀁷􀀭􀁆􀁾􀀠, T7Do /1 A"{(d 􀁾􀀮 &sl·4t;C,B II .",:=;,-;:, 􀁾􀀠 􀀧􀁾􀀨􀁾􀁲􀁣􀀡􀁃􀀭􀀾􀀭 --;:;;: 􀁕􀁁􀁌􀁾􀀠􀀮􀀧􀀮􀁊􀁾􀀩􀀧􀁁􀀮􀁊􀁓􀀺􀀺􀁃􀀧􀀲􀀮􀁯􀀢􀀢􀀬􀁾􀀩􀀠 2. (f -2. ;U", Z g 25 111"11'", vy,.r £. c 􀁾􀁯􀀬􀁲􀀮􀁲􀀠 /!""ri,,}-uENT f/£COOSTRUCTION ry; "'RON '.' _ HANGARS 'A', 'S' I>ID 'c' FLIGHT STAA EXHIBIT 50-FOOT WINGSPAN TOWN OF ADDISON, TEXAS , ,"", ,-r I 􀁾􀁾􀀻􀀬􀀠 , I 􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀮􀁾􀀭􀀭􀀭 􀁾􀀧􀀿􀀹􀁘􀂫􀀠 v XX; f \ , '-, !, , , , I , " 1 //1􀀭􀁾, -' --' 􀀭􀀭􀀭􀀭􀀻􀀢􀀭􀀭􀀭􀀭􀀭􀀭􀁾..--􀁾􀁾􀁾􀀠􀁾􀀭􀁾􀀭􀀮􀀮􀀠 􀁾􀁾􀁾􀀮􀀠 􀀭􀁾􀁾􀀭􀁾􀁾􀀭􀀬􀀭􀁾􀀭􀀭􀀭-------='-', ,-􀁾􀀠 /, :' 􀁾􀀭 􀁉􀀬􀁾􀀠 􀀬􀁾􀀮􀀢􀀬􀀠 \, TOWN OF ADDISON AODISON AIRPMT PAVEt-£NT 􀁒􀀮􀁅􀁾􀁾􀀬􀁓􀁔􀁒􀁕􀁾􀁔􀀡􀁏􀁎􀀠 OF APRON 'A' AND HANGAAS A. B AND C FLIGHT 5TAR EXHIBIT 50-FOOT WINGSPAN Page 1 of 1 Jim Pierce From: David Stack [David,Stack@Staubach,comj Sent: Tuesday, December 02, 20033:23 PM To: ccoleman@constructorsworld.com Cc: Steele, Lee J {FLNA}; dweatherford@constructorsworld.com; bmoss@pkce,com; Jim Pierce; Brad Blankenship Subject: Stonmwater Pipe under Apron Carson: As discussed today, please proceed with reordering the 12" RCP to the type with a PVC O-ring that is resistant to jet fuel, We understand this change will cost approximately $1,000. This will delay progress on the sitework, which is not critical path, by approximately 1 1/2 weeks. Jim: we want to change this specification for the 12" pipe to be used under the apron, Please confirm with the Apron contractor and advise ifthere is a cost impact David Stack, p, E. Project Manager -Design and Construction Consulting The Staubach Company 15601 Dallas Parkway, Suite 400 Addison, TX 75001 Main: 972-361-5000 Direct. 972-361-5309 Fax: 972-361-5916 Cell: 972-467-4896 david.stl\cK@st!!,!,!,bach.com www.staubach.com 1213/2003 I: I􀁾 i i -J Tile HNTB Companies Pre-Construction Meeting Agenda 􀁣􀁊􀀩􀁾􀀠 􀁾 50... !"2,...0( 􀁾􀁉 Lf Pavement Reconstruction ofApron "A" 􀁾.... \Q(? 'J J!.\ and Hangars " A", "B", and "C" TxDOT CSJ No. 0318ADDON Addison, Texas Addison Airport January 14, 2004 9:00 a.m. 1) Introductions TxDOT Addison Airport Staff Town of Addison Staff Site Concrete and Sub-contractors HNTB Corporation Project Resident Project Representative (RPR) Testing Firm -Mas-Tek 2) Airport Operations a) Safety i) Aircraft in Hangars ii) Aircraft on Taxiways (1) Aircraft movement is a priority b) Emergency Numbers c) Driving School d) Impacts or concerns i) Contractor will be in continuous contact with the tower, ii) Fences and gates will be either locked or watched by contractor at all times iii) Work next to TIW "A" -night work, 3) Schedule & Construction Notes a) Project Schedule -154 calendar days i) Apron (1) Frito-Lay Construction (2) Airport Parkway Relocation Construction (a) Electric Gate -Loop installation (b) Change in number oftie-downs ii) Hangars -Coordinate with Airport Staff (3) Hangar "A" pavement modifications (4) Hangar "B" pavement modifications (5) Hangar "C" pavement modifications M:\JOBS\37365-AddisonAP\cOMMMTGS\MEETfNGS'..Pre-Con Meeting Agenda 04·01 􀁾14.doc 1 I: I􀁾 i i -J The HNIB Ccmpanies 4) Construction Issues a) Staging Area b) Dust Control c) Clean-up on a daily basis d) Lighted barricades -maintain batteries in lights. e) Signs -secure to resist winds from weather and aircraft. f) Concrete specifications and requirements g) Contractor Quality Control Program h} Night work will be coordinate with RPR, Dave Foster, and Air Traffic Control Tower. 2) Administrative Items a) TxDOT will be administering the contract b} Notice To Proceed c) Sets of plans provided to Contractor d) Bonds e) List ofSub-contractors i) DBE Participation = 7% f) Submittals g) As-Builts -Keep good records 3) Open Discussion (Question & Answer) M,\JOBS13736S·AddisonAP\COMMMTGS\MEETINGSlPre.con Meeting Agenda Q4-01·14.doo 2 -lAddison Airport I .-..􀀭􀀮􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀁲􀀭􀀭...... 14-Jan·04 􀁾􀁐􀁡􀁶􀁥􀁭􀁥􀁮􀁴 Reconstruction of Apron 􀁾􀁉___.......... _ ..__ 9:00 a.m.1 _ I"A" and Hangars "A", "S", a.r1c:1,_...c........._+1_ ___..___......____..:.A..::d::;:d:::is:.:::o:..:.nS_e_rv_icEI Center: 􀁟􀁉􀁾􀁲􀁥􀀭􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁣􀁴􀁩􀁯􀀺􀀺􀀺􀀺􀁮􀁧􀀠 · •••••••-.-------t-i----c-o-m-a-ny-----􀀮􀀻􀀮􀀫􀁉􀀽􀀽􀀭􀀺􀂷􀀭􀁐􀀺􀀺􀀭􀀺􀀭􀁨􀀻􀀭 􀁏􀀭􀁾..􀀮􀁾􀀭----. 1. 2.1 3. 8. I 10.1 I 􀁾􀁨􀀮􀀮􀀳􀀶􀀨􀀮􀁓􀀢􀀳􀁄􀀧􀁪􀀠 11.1 􀁾􀀠 2-'170 -J.. r I, 􀀱􀀲􀀮􀁾􀀱______________________􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀁾􀀠 i 􀁊􀀳􀀮􀁾􀀡􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀁟􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀱􀀠 14.+!___________________:--______________________􀁾_________ _􀁾􀀠 15.+i________________________􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀁟􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 􀀱􀀶􀀮􀁾􀀱􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀁟􀁟􀁩􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 􀀱􀀱􀀮􀁾􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀁟􀁟􀁩􀀺􀁟􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 • 18.1____________________-;-______________________--'-_________-1 􀁇􀁾􀁝􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀁟􀁟􀁟􀁴􀀭􀀭􀀭􀁟􀁟􀁟􀁟􀁴􀀠 -2I0.r1.􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀁟􀁟􀁩􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 ,_' L.... _______ 􀁾􀀠 􀀧􀁍􀀺􀁜􀁊􀁏􀁂􀁓􀁜􀀳􀀷􀀳􀂣􀀵􀀮􀁁􀁤􀁤􀁩􀁳􀁯􀁮􀁁􀁐􀁜􀁃􀁏􀁍􀁍􀁍􀁔􀁇􀁓􀁜􀁍􀁅􀁅􀁔􀁉􀁎􀁇􀁓􀁾􀁐􀁲􀁥􀂷􀁃􀁯􀁮􀀠Sign·l n.xlsjSheell